HomeMy WebLinkAboutCO 2025-141 - Geocon West, Inc.PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 1
AGREEMENT FOR
DESIGN PROFESSIONAL SERVICES
THIS AGREEMENT is made and entered into this 4th day of
September, 2025, by and between the City of Rancho Cucamonga, a municipal
corporation and the Rancho Cucamonga Fire Protection District (“City”) and
Geocon West, Inc, a California Corporation (“Consultant”).
RECITALS
A.City has heretofore issued its request for proposals to perform the following
design professional services: on-call geotechnical engineering and material
sampling/testing services (“the Project”).
B.Consultant has submitted a proposal to perform the professional services
described in Recital “A”, above, necessary to complete the Project.
C.City desires to engage Consultant to complete the Project in the manner set
forth and more fully described herein.
D.Consultant represents that it is fully qualified and licensed under the laws
of the State of California to perform the services contemplated by this Agreement in a good
and professional manner.
AGREEMENT
NOW, THEREFORE, in consideration of performance by the parties of the mutual
promises, covenants, and conditions herein contained, the parties hereto agree as follows:
1.Consultant’s Services.
1.1 Scope and Level of Services. Subject to the terms and conditions
set forth in this Agreement, City hereby engages Consultant to perform all technical and
design professional services described in Recitals “A” and “B” above, including, but not
limited to on-call geotechnical engineering and material sampling/testing services, all as
more fully set forth in the R equest for Statement of Qualifications, attached hereto as
Exhibit “A” and Consultant’s proposal, dated January 13, 2025 attached hereto as Exhibit
“B”, and incorporated by reference herein. The nature, scope, and level of the services
required to be performed by Consultant are set forth in the Scope of Work and are referred
to herein as “the Services.” In the event of any inconsistencies between the Scope of Work
and this Agreement, the terms and provisions of this Agreement shall control.
1.2 Revisions to Scope of Work. Upon request of the City, the
Consultant will promptly meet with City staff to discuss any revisions to the Project desired
by the City. Consultant agrees that the Scope of Work may be amended based upon said
meetings, and, by amendment to this Agreement, the parties may agree on a revision or
revisions to Consultant’s compensation based thereon. A revision pursuant to this Section
that does not increase the total cost payable to Consultant by more than ten
City of Rancho Cucamonga
CONTRACT NUMBER
2025-141
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 2
percent (10%) of the total compensation specified in Section 3, may be approved in
writing by the City’s City Manager without amendment.
1.3 Time for Performance. Consultant shall perform all services under
this Agreement in a timely, regular basis consistent with industry standards for professional
skill and care, and in accordance with any schedule of performance set forth in the Scope
of Work, or as set forth in a “Schedule of Performance”.
1.4 Standard of Care. As a material inducement to City to enter into this
Agreement, Consultant hereby represents that it has the experience necessary to undertake
the services to be provided. In light of such status and experience, Consultant hereby
covenants that it shall follow the customary professional standards in performing the
Services.
1.5 Familiarity with Services. By executing this Agreement, Consultant
represents that, to the extent required by the standard of practice, Consultant
(a) has investigated and considered the scope of services to be performed, (b) has carefully
considered how the services should be performed, and (c) understands the facilities,
difficulties and restrictions attending performance of the services under this Agreement.
Consultant represents that Consultant, to the extent required by the standard of practice,
has investigated any areas of work, as applicable, and is reasonably acquainted with the
conditions therein. Should Consultant discover any latent or unknown conditions, which
will materially affect the performance of services, Consultant shall immediately inform
City of such fact and shall not proceed except at Consultant’s risk until written instructions
are received from the City Representative.
2. Term of Agreement. The term of this Agreement shall be five (5) years
and shall become effective as of the date of the mutual execution by way of both parties’
signature (the “Effective Date”). No work shall be conducted; service or goods will not be
provided until this Agreement has been executed and requirements have been fulfilled.
Parties to this Agreement shall have the option to renew in one (1) year increments
to a total of two (2) years, unless sooner terminated as provided in Section 14 herein.
Options to renew are contingent upon the City Manager’s approval, subject to pricing
review, and in accordance to all Terms and Conditions stated herein unless otherwise
provided in writing by the City.
3. Compensation.
3.1 Compensation. City shall compensate Consultant as set forth in
Exhibit A, provided, however, that full, total and complete amount payable to Consultant
shall not exceed $200,000 (per year), including all out of pocket expenses, unless additional
compensation is approved by the City Council. City shall not withhold any federal, state
or other taxes, or other deductions. However, City shall withhold not more than ten percent
(10%) of any invoice amount pending receipt of any deliverables reflected in
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 3
such invoice. Under no circumstance shall Consultant be entitled to compensation for
services not yet satisfactorily performed.
The parties further agree that compensation may be adjusted in accordance
with Section 1.2 to reflect subsequent changes to the Scope of Services. City shall
compensate Consultant for any authorized extra services as set forth in Exhibit A.
4. Method of Payment.
4.1 Invoices. Consultant shall submit to City monthly invoices for the
Services performed pursuant to this Agreement. The invoices shall describe in detail the
Services rendered during the period and shall separately describe any authorized extra
services. Any invoice claiming compensation for extra services shall include appropriate
documentation of prior authorization of such services. All invoices shall be remitted to the
City of Rancho Cucamonga, California.
4.2 City shall review such invoices and notify Consultant in writing
within ten (10) business days of any disputed amounts.
4.3 City shall pay all undisputed portions of the invoice within thirty
(30) calendar days after receipt of the invoice up to the not-to-exceed amounts set forth in
Section 3.
4.4 All records, invoices, time cards, cost control sheets and other
records maintained by Consultant relating to services hereunder shall be available for
review and audit by the City.
5. Representatives.
5.1 City Representative. For the purposes of this Agreement, the
contract administrator and City’s representative shall be Marlena Perez, Principal Engineer
or such other person as designated in writing by the City (“City Representative”). It shall
be Consultant’s responsibility to assure that the City Representative is kept informed of the
progress of the performance of the services, and Consultant shall refer any decisions that
must be made by City to the City Representative. Unless otherwise specified herein, any
approval of City required hereunder shall mean the approval of the City Representative.
5.2 Consultant Representative. For the purposes of this Agreement,
is Neal Berliner, President hereby designated as the principal and representative of
Consultant authorized to act in its behalf with respect to the services specified herein and
make all decisions in connection therewith (“Consultant’s Representative”). It is expressly
understood that the experience, knowledge, capability and reputation of the Consultant’s
Representative were a substantial inducement for City to enter into this Agreement.
Therefore, the Consultant’s Representative shall be responsible during the term of this
Agreement for directing all activities of Consultant and devoting sufficient time to
personally supervise the services hereunder. Consultant may not change the Responsible
Principal without the prior written approval of City.
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 4
6. Consultant’s Personnel.
6.1 All Services shall be performed by Consultant or under Consultant’s
direct supervision, and all personnel shall possess the qualifications, permits, and licenses
required by State and local law to perform such Services, including, without limitation, a
City business license as required by the City’s Municipal Code.
6.2 Consultant shall be solely responsible for the satisfactory work
performance of all personnel engaged in performing the Services and compliance with the
standard of care set forth in Section 1.4.
6.3 Consultant shall be responsible for payment of all employees’ and
subcontractors’ wages and benefits, and shall comply with all requirements pertaining to
employer’s liability, workers’ compensation, unemployment insurance, and Social
Security. By its execution of this Agreement, Consultant certifies that it is aware of the
provisions of Section 3700 of the California Labor Code that require every employer to be
insured against liability for Worker's Compensation or to undertake self-insurance in
accordance with the provisions of that Code, and agrees to comply with such provisions
before commencing the performance of the Services.
6.4 Consultant shall indemnify, defend and hold harmless City and its
elected officials, officers and employees, servants, designated volunteers, and agents
serving as independent contractors in the role of City officials, from any and all liability,
damages, claims, costs and expenses of any nature to the extent arising from Consultant’s
violations of personnel practices and/or any violation of the California Labor Code. City
shall have the right to offset against the amount of any fees due to Consultant under this
Agreement any amount due to City from Consultant as a result of Consultant’s failure to
promptly pay to City any reimbursement or indemnification arising under this Section 6.
7. Ownership of Work Product.
7.1 Ownership. All documents, ideas, concepts, electronic files,
drawings, photographs and any and all other writings, including drafts thereof, prepared,
created or provided by Consultant in the course of performing the Services, including any
and all intellectual and proprietary rights arising from the creation of the same (collectively,
“Work Product”), are considered to be “works made for hire” for the benefit of the City.
Upon payment being made, and provided Consultant is not in breach of this Agreement,
all Work Product shall be and remain the property of City without restriction or limitation
upon its use or dissemination by City. Basic survey notes, sketches, charts, computations
and similar data prepared or obtained by Consultant under this Agreement shall, upon
request, be made available to City. None of the Work Product shall be the subject of any
common law or statutory copyright or copyright application by Consultant. In the event of
the return of any of the Work Product to Consultant or its representative, Consultant shall
be responsible for its safe return to City. Under no circumstances shall Consultant fail to
deliver any draft or final designs, plans, drawings, reports or specifications to City upon
written demand by City for their delivery, notwithstanding any disputes between
Consultant and City concerning payment,
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 5
performance of the contract, or otherwise. This covenant shall survive the termination of
this Agreement. City’s reuse of the Work Product for any purpose other than the Project,
shall be at City’s sole risk.
7.2. Assignment of Intellectual Property Interests: Upon execution of this
Agreement and to the extent not otherwise conveyed to City by Section 7.1, above, the
Consultant shall be deemed to grant and assign to City, and shall require all of its
subcontractors to assign to City, all ownership rights, and all common law and statutory
copyrights, trademarks, and other intellectual and proprietary property rights relating to the
Work Product and the Project itself, and Consultant shall disclaim and retain no rights
whatsoever as to any of the Work Product, to the maximum extent permitted by law. City
shall be entitled to utilize the Work Product for any and all purposes, including but not
limited to constructing, using, maintaining, altering, adding to, restoring, rebuilding and
publicizing the Project or any aspect of the Project.
7.3 Title to Intellectual Property. Consultant warrants and represents that
it has secured all necessary licenses, consents or approvals to use any instrumentality, thing
or component as to which any intellectual property right exists, including computer
software, used in the rendering of the Services and the production of the Work Product
and/or materials produced under this Agreement, and that City has full legal title to and the
right to reproduce any of the Work Product. Consultant shall defend, indemnify and hold
City, and its elected officials, officers, employees, servants, attorneys, designated
volunteers, and agents serving as independent contractors in the role of City officials,
harmless from any loss, claim or liability in any way related to a claim that City’s use is
violating federal, state or local laws, or any contractual provisions, relating to trade names,
licenses, franchises, patents or other means of protecting intellectual property rights and/or
interests in products or inventions. Consultant shall bear all costs arising from the use of
patented, copyrighted, trade secret or trademarked documents, materials, software,
equipment, devices or processes used or incorporated in the Services and materials
produced under this Agreement. In the event City’s use of any of the Work Product is held
to constitute an infringement and any use thereof is enjoined, Consultant, at its expense,
shall: (a) secure for City the right to continue using the Work Product by suspension of any
injunction or by procuring a license or licenses for City; or (b) modify the Work Product
so that it becomes non- infringing. This covenant shall survive the termination of this
Agreement.
8. Status as Independent Contractor. Consultant is, and shall at all times
remain as to City, a wholly independent contractor. Consultant shall have no power to
incur any debt, obligation, or liability on behalf of City or otherwise act as an agent of City.
Neither City nor any of its agents shall have control over the conduct of Consultant or any
of Consultant’s employees, except as set forth in this Agreement. Consultant shall not, at
any time, or in any manner, represent that it or any of its officers, agents or employees are
in any manner employees of City. Consultant shall pay all required taxes on amounts paid
to Consultant under this Agreement, and to defend, indemnify and hold City harmless from
any and all taxes, assessments, penalties, and interest asserted against City by reason of
the independent contractor relationship created by this Agreement.
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 6
Consultant shall fully comply with the workers’ compensation law regarding Consultant
and Consultant’s employees.
9. Confidentiality. Consultant may have access to financial, accounting,
statistical, and personnel data of individuals and City employees. Consultant covenants
that all data, documents, discussion, or other information developed or received by
Consultant or provided for performance of this Agreement are confidential and shall not
be disclosed by Consultant without prior written authorization by City. City shall grant
such authorization if applicable law requires disclosure. All City data shall be returned to
City upon the termination of this Agreement. Consultant’s covenant under this Section
shall survive the termination of this Agreement. This provision shall not apply to
information in whatever form that is in the public domain, nor shall it restrict the Consultant
from giving notices required by law or complying with an order to provide information or
data when such an order is issued by a court, administrative agency or other legitimate
authority, or if disclosure is otherwise permitted by law and reasonably necessary for the
Consultant to defend itself from any legal action or claim.
10. Conflict of Interest.
10.1 Consultant covenants that it presently has no interest and shall not
acquire any interest, direct or indirect, which may be affected by the Services, or which
would conflict in any manner with the performance of the Services. Consultant further
covenants that, in performance of this Agreement, no person having any such interest shall
be employed by it. Furthermore, Consultant shall avoid the appearance of having any
interest, which would conflict in any manner with the performance of the Services.
Consultant shall not accept any employment or representation during the term of this
Agreement which is or may likely make Consultant “financially interested” (as provided
in California Government Code §§1090 and 87100) in any decision made by City on any
matter in connection with which Consultant has been retained.
10.2 Consultant further represents that it has not employed or retained
any person or entity, other than a bona fide employee working exclusively for Consultant,
to solicit or obtain this Agreement. Consultant has not paid or agreed to pay any person or
entity, other than a bona fide employee working exclusively for Consultant, any fee,
commission, gift, percentage, or any other consideration contingent upon the execution of
this Agreement. Upon any breach or violation of this warranty, City shall have the right,
at its sole and absolute discretion, to terminate this Agreement without further liability, or
to deduct from any sums payable to Consultant hereunder the full amount or value of any
such fee, commission, percentage or gift.
10.3 Consultant has no knowledge that any officer or employee of City
has any interest, whether contractual, noncontractual, financial, proprietary, or otherwise,
in this transaction or in the business of Consultant, and that if any such interest comes to
the knowledge of Consultant at any time during the term of this Agreement, Consultant
shall immediately make a complete, written disclosure of such interest to City, even if such
interest would not be deemed a prohibited “conflict of interest” under applicable laws as
described in subsection 10.1.
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 7
11. Indemnification.
11.1 Design Professional Services. To the fullest extent permitted by
law, the Consultant shall, at its sole cost and expense, indemnify, defend, and hold
harmless the City, its elected officials, officers, attorneys, agents, employees, designated
volunteers, successors, assigns and those City agents serving as independent contractors
in the role of City officials (collectively “Indemnitees” in this Section 11.0), from and
against any and all damages, costs, expenses, liabilities, claims, demands, causes of
action, proceedings, judgments, penalties, liens, stop notices, and losses of any nature
whatsoever, including fees of accountants and other professionals, and all costs
associated therewith, and reimbursement of attorneys’ fees and costs of defense
(collectively “Claims”), to the extent arising out of, pertaining to, or relating to, in whole
or in part, the negligence, recklessness or willful misconduct of the Consultant, and/or its
officers, agents, servants, employees, subcontractors, contractors or their officers, agents,
servants or employees (or any entity or individual for which or whom the Consultant
shall bear legal liability) in the performance of design professional services under this
Agreement by a “design professional,” as the term is defined in California Civil Code §
2782.8(c). The indemnification obligation herein shall not in any way be limited by the
insurance obligations contained in this Agreement. Notwithstanding the foregoing and as
required by Civil Code § 2782.8(a), in no event shall the cost to defend the Indemnitees
that is charged to Consultant exceed Consultant’s proportionate percentage of fault.
11.2 Other Indemnities. With respect to claims and liabilities which do
not arise in connection with the performance of professional services by a “design
professional”, as that term is defined in California Civil Code Section 2782.8(c),
including, but not limited to, those claims and liabilities normally covered by commercial
general and/or automobile liability insurance, and to the maximum extent permitted by
law, Consultant shall, at its sole cost and expense, protect, defend, hold harmless and
indemnify the Indemnitees from and against any and all damages, costs, expenses,
liabilities, claims, demands, causes of action, proceedings, judgments, penalties, liens,
stop notices, and losses of any nature whatsoever, including fees of accountants,
attorneys and other professionals, and all costs associated therewith, and the payment of
all consequential damages (collectively “Damages”), in law or equity, whether actual,
alleged or threatened, which arise out of, pertain to, or relate to the acts or omissions of
Consultant, its officers, agents, servants, employees, subcontractors, materialmen,
suppliers, or contractors, or their officers, agents, servants or employees (or any entity or
individual for which or whom Consultant shall bear legal liability) in the performance of
this Agreement, except to the extent the Damages arise from the active or sole negligence
or willful misconduct of any of the Indemnitees, as determined by final arbitration or
court decision or by the agreement of the Parties. Consultant shall defend the
Indemnitees in any action or actions filed in connection with any Damages with counsel
of the Indemnitees’ choice, and shall pay all costs and expenses, including all attorneys’
fees and experts’ costs as they are actually incurred in connection with such defense.
Consultant shall reimburse the Indemnitees for any and all legal expenses and costs
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 8
incurred by the Indemnitees in connection therewith. The indemnification obligation
herein shall not in any way be limited by the insurance obligations contained in this
Agreement.
. 11.3 Nonwaiver of Rights. Indemnitees do not, and shall not, waive any rights that
they may possess against Consultant because of the acceptance by City, or the deposit
with City, of any insurance policy or certificate required pursuant to this Agreement.
11.4 Waiver of Right of Subrogation. Except as otherwise expressly
provided in this Agreement, Consultant, on behalf of itself and all parties claiming under
or through it, hereby waives all rights of subrogation against the Indemnitees, while acting
within the scope of their duties, from all claims, losses and liabilities arising out of or
incident to activities or operations performed by or on behalf of the Consultant.
11.5 Survival. The provisions of this Section 11 shall survive the
termination of the Agreement and are in addition to any other rights or remedies which
Indemnitees may have under the law. Payment is not required as a condition precedent to
an Indemnitee’s right to recover under this indemnity provision, and an entry of judgment
against Consultant shall be conclusive in favor of the Indemnitee’s right to recover under
this indemnity provision.
12. Insurance.
12.1 Liability Insurance. Consultant shall procure and maintain in full
force and effect for the duration of this Agreement, insurance against claims for injuries to
persons or damages to property which may arise from or in connection with the
performance of the services hereunder by Consultant, and/or its agents, representatives,
employees and subcontractors.
12.2 Minimum Scope of Insurance. Unless otherwise approved by City,
coverage shall be at least as broad as:
(1) Insurance Services Office Commercial General Liability
coverage (occurrence form CG 0001).
(2) Insurance Services Office form number CA 0001 (Ed. 1/87)
covering Automobile Liability, code 1 (any auto).
(3) Worker’s Compensation insurance as required by the State
of California, and Employer’s Liability Insurance.
(4) Professional Liability insurance in a form approved by the
City, having an extended reporting period of not less than
three (3) years after completion of the Services which shall
provide protection against claims of professional negligence
arising out of Consultant’s performance of the Services and
otherwise complying with all applicable
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 9
less than:
provisions of this Section 12.
12.3 Minimum Limits of Insurance. Consultant shall maintain limits no
(1) Commercial General Liability: $2,000,000 per occurrence
for bodily injury, personal injury and property damage.
Commercial General Liability Insurance with a general
aggregate limit shall apply separately to this Agreement or
the general limit shall be twice the required occurrence limit.
(2) Automobile Liability: $2,000,000 per accident for bodily
injury and property damage.
(3) Employer’s Liability: $1,000,000 per accident and in the
aggregate for bodily injury or disease and Workers’
Compensation Insurance in the amount required by law.
(4) Professional Liability: $1,000,000 per claim/aggregate.
(5) The Insurance obligations under this agreement shall be the
greater of (i) the Insurance coverages and limits carried by
the Contractor; or (ii) the minimum insurance requirements
shown in this Agreement. Any insurance proceeds in excess
of the specified limits and coverage required which are
applicable to a given loss, shall be available to the City. No
representation is made that the minimum insurance
requirements of this Agreement are sufficient to cover the
obligations of the Contractor under this Agreement.
12.4 Deductibles and Self-Insured Retentions. Any deductibles or self-
insured retentions must be declared to and approved by the City and shall not reduce the
limits of coverage. City reserves the right to obtain a full certified copy of any required
insurance policy and endorsements.
12.5 Other Insurance Provisions.
(1) The commercial general liability and automobile liability
policies are to contain the following provisions on a separate
additionally insured endorsement naming the City, its
officers, officials, employees, designated volunteers and
agents serving as independent contractors in the role of City
officials as additional insureds as respects: liability arising
out of activities performed by or on behalf of Consultant;
products and completed operations of
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 10
Consultant; premises owned, occupied or used by
Consultant; and/or automobiles owned, leased, hired or
borrowed by Consultant. The coverage shall contain no
limitations on the scope of protection afforded to City, its
officers, officials, employees, designated volunteers or
agents serving as independent contractors in the role of City
officials which are not also limitations applicable to the
named insured.
(2) For any claims related to this Agreement, Consultant’s
insurance coverage shall be primary insurance as respects
City, its officers, officials, employees, designated volunteers
and agents serving as independent contractors in the role of
City or officials. Any insurance or self- insurance
maintained by City, its officers, officials, employees,
designated volunteers or agents serving as independent
contractors in the role of City officials shall be excess of
Consultant’s insurance and shall not contribute with it.
(3) Consultant’s insurance shall apply separately to each insured
against whom claim is made or suit is brought, except with
respect to the limits of the insurer’s liability.
(4) Each insurance policy required by this clause shall be
endorsed to state that coverage shall not be canceled except
after 30 days prior written notice by first class mail has been
given to City (ten (10) days prior written notice for non-
payment of premium). Consultant shall provide thirty
(30) days written notice to City prior to implementation of a
reduction of limits or material change of insurance coverage
as specified herein.
(5) Each insurance policy, required by this clause shall
expressly waive the insurer’s right of subrogation against
City and its elected officials, officers, employees, servants,
attorneys, designated volunteers, and agents serving as
independent contractors in the role of City officials.
(6) Each policy shall be issued by an insurance company
approved in writing by City, which is admitted and licensed
to do business in the State of California and which is rated
A:VII or better according to the most recent A.M. Best Co.
Rating Guide.
(7) Each policy shall specify that any failure to comply with
reporting or other provisions of the required policy, including
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 11
breaches of warranty, shall not affect the coverage required
to be provided.
(8) Each policy shall specify that any and all costs of adjusting
and/or defending any claim against any insured, including
court costs and attorneys' fees, shall be paid in addition to and
shall not deplete any policy limits.
(9) Contractor shall provide any and all other required insurance,
endorsements, or exclusions as required by the City in any
request for proposals applicable to this Agreement.
12.6 Evidence of coverage. Prior to commencing performance under this
Agreement, the Consultant shall furnish the City with certificates and original
endorsements, or copies of each required policy, effecting and evidencing the insurance
coverage required by this Agreement including (1) Additional Insured Endorsement(s),
(2) Worker’s Compensation waiver of subrogation endorsement, and (3) General liability
declarations or endorsement page listing all policy endorsements. The endorsements shall
be signed by a person authorized by the insurer(s) to bind coverage on its behalf. All
endorsements or policies shall be received and approved by the City before Consultant
commences performance. If performance of this Agreement shall extend beyond one year,
Consultant shall provide City with the required policies or endorsements evidencing
renewal of the required policies of insurance prior to the expiration of any required policies
of insurance.
12.7 Contractor agrees to include in all contracts with all subcontractors
performing work pursuant to this Agreement, the same requirements and provisions of this
Agreement including the indemnity and insurance requirements to the extent they apply to
the scope of any such subcontractor’s work. Contractor shall require its subcontractors to
be bound to Contractor and City in the same manner and to the same extent as Contractor
is bound to City pursuant to this Agreement, and to require each of its subcontractors to
include these same provisions in its contract with any sub- subcontractor.
13. Cooperation. In the event any claim or action is brought against City
relating to Consultant’s performance or services rendered under this Agreement,
Consultant shall render any reasonable assistance and cooperation that City might require.
City shall compensate Consultant for any litigation support services in an amount to be
agreed upon by the parties.
14. Termination. City shall have the right to terminate this Agreement at any
time for any or no reason on not less than ten (10) days prior written notice to Consultant.
In the event City exercises its right to terminate this Agreement, City shall pay Consultant
for any services satisfactorily rendered prior to the effective date of the termination,
provided Consultant is not then in breach of this Agreement. Consultant shall have no
other claim against City by reason of such termination, including any claim
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 12
for compensation. City may terminate for cause following a default remaining uncured
more than five (5) business days after service of a notice to cure on the breaching party.
Consultant may terminate this Agreement for cause upon giving the City ten (10) business
days prior written notice for any of the following: (1) uncured breach by the City of any
material term of this Agreement, including but not limited to Payment Terms; (2) material
changes in the conditions under which this Agreement was entered into, coupled with the
failure of the parties to reach accord on the fees and charges for any Additional Services
required because of such changes.
15. Notices. Any notices, bills, invoices, or reports authorized or required by
this Agreement shall be in writing and shall be deemed received on (a) the day of delivery
if delivered by hand or overnight courier service during Consultant’s and City’s regular
business hours; or (b) on the third business day following deposit in the United States mail,
postage prepaid, to the addresses set forth in this Section, or to such other addresses as the
parties may, from time to time, designate in writing pursuant to the provisions of this
Section.
All notices shall be addressed as follows:
If to City: City of Rancho Cucamonga
Engineering Services Department
10500 Civic Center Drive
Rancho Cucamonga, CA 91730
Attn: Marlena Perez, Principal Engineer
If to Consultant: Geocon West, Inc.
24711 Redlands Blvd
Loma Linda, CA 92354
Attn: Neal Berliner, President
16. Non-Discrimination and Equal Employment Opportunity. In the
performance of this Agreement, Consultant shall not discriminate against any employee,
subcontractor, or applicant for employment because of race, color, creed, religion, sex,
marital status, national origin, ancestry, age, physical or mental handicap, medical
condition, or sexual orientation. Consultant will take affirmative action to ensure that
subcontractors and applicants are employed, and that employees are treated during
employment, without regard to their race, color, creed, religion, sex, marital status, national
origin, ancestry, age, physical or mental handicap, medical condition, or sexual orientation.
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 13
17. Assignment and Subcontracting. Consultant shall not assign or transfer
any interest in this Agreement or subcontract the performance of any of Consultant’s
obligations hereunder without City’s prior written consent. Except as provided herein, any
attempt by Consultant to so assign, transfer, or subcontract any rights, duties, or obligations
arising hereunder shall be null, void and of no effect.
18 Compliance with Laws. Consultant shall comply with all applicable federal,
state and local laws, ordinances, codes and regulations in force at the time Consultant
performs the Services. Consultant is aware of the requirements of California Labor Code
Section 1720, et seq., and 1770, et seq., as well as California Code of
Regulations, Title 8, Section 16000, et seq., (“Prevailing Wage Laws”), which require the
payment of prevailing wage rates and the performance of other requirements on “public
works” and “maintenance” projects. If the Services are being performed as part of an
applicable “public works” or “maintenance” project, as defined by the Prevailing Wage
Laws, and if the total compensation is $1,000 or more, Consultant agrees to fully comply
with such Prevailing Wage Laws. The applicable prevailing wage rate determinations can
be found at http://www.dir.ca.gov/dlsr/DPreWageDetermination.htm
Consultant shall make copies of the prevailing rates of per diem wages for each craft,
classification or type of worker needed to execute the Services available to interested
parties upon request, and shall post copies at the Consultant’s principal place of business
and at the Project site. Consultant shall defend, indemnify and hold the City, its elected
officials, officers, employees and agents free and harmless from any claim or liability
arising out of any failure or alleged failure to comply with the Prevailing Wage Laws.
19. Non-Waiver of Terms, Rights and Remedies. Waiver by either party of
any one or more of the conditions of performance under this Agreement shall not be a
waiver of any other condition of performance under this Agreement. In no event shall the
making by City of any payment to Consultant constitute or be construed as a waiver by
City of any breach of covenant, or any default which may then exist on the part of
Consultant, and the making of any such payment by City shall in no way impair or
prejudice any right or remedy available to City with regard to such breach or default.
20. Attorney’s Fees. In the event that either party to this Agreement shall
commence any legal action or proceeding to enforce or interpret the provisions of this
Agreement, the prevailing party in such action or proceeding shall be entitled to recover
its costs of suit, including reasonable attorney’s fees and costs of experts.
21. Exhibits; Precedence. All documents referenced as exhibits in this
Agreement are hereby incorporated in this Agreement. In the event of any material
discrepancy between the express provisions of this Agreement and the provisions of any
document incorporated herein by reference, the provisions of this Agreement shall prevail.
22. Applicable Law and Venue. The validity, interpretation, and performance
of this Agreement shall be controlled by and construed under the laws of the State of
California. Venue for any action relating to this Agreement shall be in the San Bernardino
County Superior Court.
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 14
23. Construction. In the event of any asserted ambiguity in, or dispute
regarding the interpretation of any matter herein, the interpretation of this Agreement shall
not be resolved by any rules of interpretation providing for interpretation against the party
who causes the uncertainty to exist or against the party who drafted the Agreement or who
drafted that portion of the Agreement.
24. Entire Agreement. This Agreement consists of this document, and any
other documents, attachments and/or exhibits referenced herein and attached hereto, each
of which is incorporated herein by such reference, and the same represents the entire and
integrated agreement between Consultant and City. This Agreement supersedes all prior
oral or written negotiations, representations or agreements. This Agreement may not be
amended, nor any provision or breach hereof waived, except in a writing signed by the
parties which expressly refers to this Agreement.
IN WITNESS WHEREOF, the parties, through their respective authorized
representatives, have executed this Agreement as of the date first written above.
Consultant Name: Geocon West, Inc.
By: ______________________________
Name Neal Berliner Date
______________________________
Title
City of Rancho Cucamonga
By:________________________________
Name Date
_________________________________
Title
By: ______________________________
Name Harry Derkalousdian Date
______________________________
Title
(Two signatures required if corporation)
Rancho Cucamonga Fire Protection District
By:________________________________
Name Date
_________________________________
Title
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DE
9/5/2025 | 3:10 PM PDT
Vice President
9/5/2025 | 4:09 PM PDT
PRESIDENT
Docusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Mayor/President
9/16/2025 | 8:55 PM PDT
Fire Chief
9/16/2025 | 9:44 PM PDT
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 15
EXHIBIT A
REQUEST FOR STATEMENT OF QUALIFICATIONS
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
REQUEST FOR STATEMENT OF QUALIFICATIONS (SOQ) #24/25-501
FOR
VARIOUS ON-CALL SERVICES
City of Rancho Cucamonga
Purchasing Division
10500 Civic Center Drive
Rancho Cucamonga, California 91730
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 2 of 30
Table of Contents
1. GENERAL INFORMATION....................................................................................................................... 5
1.1 INTRODUCTION ......................................................................................................................................... 5
1.2 DISCREPANCIES OR OMISSIONS .................................................................................................................... 5
1.3 CONTINGENCIES ........................................................................................................................................ 5
1.4 DISPOSITION OF MATERIAL AND CONFIDENTIAL OR PROPRIETARY INFORMATION ................................................. 6
1.5 KNOWLEDGE OF REQUIREMENTS .................................................................................................................. 6
1.6 RESERVATION OF RIGHTS ............................................................................................................................ 6
1.7 CALIFORNIA'S PUBLIC RECORDS ACT ............................................................................................................. 7
1.8 PERFORMANCE PERIOD............................................................................................................................... 8
2. MINIMUM REQUIREMENTS .................................................................................................................. 8
2.1 Business License ......................................................................................................................... 8
2.2 Prevailing Wages ........................................................................................................................ 8
2.3 Employee Conduct ...................................................................................................................... 8
2.4 REPRESENTATIVES ...................................................................................................................................... 9
3. SOQ DELIVERY AND SCHEDULE OF EVENTS .......................................................................................... 10
3.1 Questions and Clarifications ...................................................................................................... 10
4. SOQ SUBMISSION REQUIREMENTS AND RESPONSE FORMAT .............................................................. 11
4.1 COVER LETTER / INTRODUCTION ................................................................................................................ 11
4.2 TABLE OF CONTENTS ................................................................................................................................ 12
4.3 EXECUTIVE SUMMARY .............................................................................................................................. 12
4.4 FIRM EXPERIENCE/QUALIFICATIONS............................................................................................................ 12
4.5 THIRD-PARTY / SUBCONTRACTORS ............................................................................................................. 12
4.6 STAFF RESUMES AND ORGANIZATION CHART ............................................................................................... 13
4.7 PROJECT MANAGEMENT APPROACH ........................................................................................................... 13
5. DISCIPLINES AND APPLCABLE SCOPE OF SERVICES ............................................................................... 13
5.1 SURVEY AND MAPPING ............................................................................................................................. 14
5.2 GEOTECHNICAL ENGINEERING AND MATERIAL SAMPLING/TESTING .................................................................. 14
5.3 GENERAL CIVIL ENGINEERING .................................................................................................................... 14
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 3 of 30
5.4 TRAFFIC ENGINEERING AND TRANSPORTATION PLANNING .............................................................................. 15
5.5 CONSTRUCTION MANAGEMENT AND INSPECTION .......................................................................................... 15
5.6 DEVELOPMENT PLAN CHECK ...................................................................................................................... 16
5.7 ARCHITECTURAL ENGINEERING ................................................................................................................... 16
5.8 LANDSCAPE ARCHITECTURE ....................................................................................................................... 17
5.9 RIGHT OF WAY COORDINATION ................................................................................................................. 17
6. EVALUATION AND CONSULTANT SELECTION PROCESS ......................................................................... 18
6.1 INITIAL SCREENING ................................................................................................................................... 18
6.2 EVALUATION ACTIVITIES ........................................................................................................................... 18
6.3 DEMONSTRATIONS/ INTERVIEWS ............................................................................................................... 18
6.4 REFERENCE CHECK EVALUATION ................................................................................................................. 19
6.5 CONSULTANT SELECTION ........................................................................................................................... 19
6.6 BEST AND FINAL OFFER ............................................................................................................................. 19
6.7 LETTER OF INTENT TO AWARD .................................................................................................................... 19
6.8 EXHIBITS A THROUGH H ............................................................................................................................ 20
6.9 NON-DISCLOSURE CONFLICT OF INTEREST .................................................................................................... 20
6.10 PROFESSIONAL SERVICE AGREEMENT .......................................................................................................... 20
6.11 ACKNOWLEDGEMENT OF INSURANCE .......................................................................................................... 20
6.12 ADDENDUM ACKNOWLEDGEMENT .............................................................................................................. 20
6.13 DEBARMENT AND SUSPENSION .................................................................................................................. 21
6.14 PARTICIPATION CLAUSE ............................................................................................................................ 21
6.15 SIGNATURE OF AUTHORITY ........................................................................................................................ 21
6.16 COMPANY REFERENCES............................................................................................................................. 21
6.17 PRICING ................................................................................................................................................. 22
“EXHIBIT A” CITY OF RANCHO CUCAMONGACONFLICT OF INTEREST/NON-DISCLOSURE STATEMENT .......... 23
“EXHIBIT B, PROFESSIONAL SERVICES AGREEMENT EXCEPTIONS SUMMARY” ............................................. 24
“EXHIBIT C, ACKNOWLEDGMENT OF INSURANCE REQUIREMENTS AND CERTIFICATION OF ABILITY TO
PROVIDE AND MAINTAIN COVERAGES SPECIFIED” ..................................................................................... 25
“EXHIBIT D” ADDENDUM ACKNOWLEDGEMENT ........................................................................................ 26
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 4 of 30
“EXHIBIT E DEBARMENT and SUSPENSION CERTIFICATION FORM ............................................................... 27
“EXHIBIT F, PARTICIPATION CLAUSE” ......................................................................................................... 28
“EXHIBIT G” SIGNATURE OF AUTHORITY .................................................................................................... 29
“EXHIBIT H” REFERENCES WORKSHEET” ..................................................................................................... 30
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 5 of 30
1. GENERAL INFORMATION
1.1 INTRODUCTION
The City of Rancho Cucamonga (hereinafter “City”) is inviting qualified Consultants to submit a Request for
Statement of Qualifications (SOQ) #24/25-501 for Various On-Call Services, in accordance with the Scope of
Services indicated herein. It is the City’s intent to create a qualified Consultants list with multiple Consultants.
Responses to this SOQ are electronic only and no paper submittals will be accepted. Consultants wishing to
submit a response the SOQ, must be registered as a Consultant with the City through Planet Bids. Registration
can be accomplished by visiting the City website at https://www.cityofrc.us/your-government/procurement.
Only those responses received from registered Consultants will be accepted. Responses must be submitted by
the named Consultant that has downloaded the SOQ this information is indicated in the bid system and provides
the ability to tabulate the responses in accordance with the named Consultants. Submitting a response under
a Consultants name that does not appear to be on the Prospective Bidders list will be deemed as non-responsive
and disqualify said response from further consideration.
1.2 DISCREPANCIES OR OMISSIONS
Consultants finding discrepancies or omissions in the SOQ or having any doubts as to the meaning or intent of
any part thereof shall submit such questions or concerns in writing to the applicable Purchasing contact
identified herein in Section 3.1. All questions must be in writing and no responsibility will be accepted for oral
instructions. Addenda issued in correspondence to this SOQ shall be considered a part of this SOQ and shall
become part of any final Contract that may be derived from this SOQ.
1.3 CONTINGENCIES
This SOQ should not be considered as a contract to purchase goods or services but is a Request for a Statement
of Qualifications in accordance with the terms and conditions herein and will not necessarily give rise to a
Contract. However, SOQ responses should be as detailed and complete as possible to facilitate the formation
of a contract based on the SOQ response(s) that are pursued should the City decide to do so.
Completion of this SOQ form and its associated appendices are a requirement. Failure to do so may disqualify
your SOQ response submittal. Consultants must submit signed SOQ responses by the due date and time as
specified herein. Consultants will be considered non-responsive if the above requirements are not submitted
as requested.
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 6 of 30
Any scope of services, contingencies, special instruction and/or terms and conditions applicable to this SOQ and
any purchase order derived thereafter shall be effective as of the issue date of a purchase order for the
requested work (the “Effective Date”), and shall remain in full force and effect until sixty (60) days after the City
has accepted the work in writing and has made final payment, unless sooner terminated by written agreement
signed by both parties.
1.4 DISPOSITION OF MATERIAL AND CONFIDENTIAL OR PROPRIETARY INFORMATION
All materials submitted in response to the SOQ solicitation will become the property of the City and will be
returned only at the City option and at the expense of the Consultant submitting the SOQ response. A copy of
the SOQ response will be retained for official files and become a public record. Any material that a Consultant
considers as confidential but does not meet the disclosure exemption requirements of the California Public
Records Act should not be included in the Consultant’s SOQ response as it may be made available to the public.
If a Consultant’s SOQ response contains material noted or marked as confidential and/or proprietary that, in
the City sole opinion, meets the disclosure exemption requirements, then that information will not be disclosed
pursuant to a written request for public documents. If the City does not consider such material to be exempt
from disclosure, the material may be made available to the public, regardless of the notation or markings. If a
Consultant is unsure if its confidential and/or proprietary material meets disclosure exemption requirements,
then it should not include such information in its SOQ response because such information may be disclosed to
the public.
1.5 KNOWLEDGE OF REQUIREMENTS
The Consultants shall carefully review all documents referenced and made a part of the solicitation document
to ensure that all information required to properly respond has been submitted or made available and all
requirements are priced in the SOQ response. Failure to examine any documents or instructions will be at the
Consultant’s sole risk.
Consultants shall be responsible for knowledge of all items and conditions contained in their SOQ responses and
in this SOQ, including any City issued clarifications, modifications, amendments, or addenda. The City will
provide notice of any changes and clarifications to perspective Consultants by way of addenda to Planet Bids;
however, it is the Consultant’s responsibility to ascertain that the SOQ response includes all addenda issued
prior to the SOQ due date.
1.6 RESERVATION OF RIGHTS
The issuance of this SOQ does not constitute an agreement by the City that any contract will be entered by the
City. The City expressly reserves the right at any time to:
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 7 of 30
• Waive or correct any defect or informality in any response, SOQ, or SOQ procedure.
• Reject any or all SOQs.
• Reissue a Request for SOQs.
• Prior to submission deadline for SOQs, modify all or any portion of the selection procedures, including
deadlines for accepting responses, the specifications or requirements for any materials, equipment, or
services to be provided under this SOQ, or the requirements for contents or format of the SOQs.
• The City recognizes that price is only one of several criteria to be used in judging a product or service,
and the City is not legally bound to accept the lowest SOQ response.
• The City reserves the right to conduct pre-award discussions and/or pre-Contract negotiations with any
or all responsive and responsible Consultants who submit SOQ responses.
• Procure any materials, equipment or services specified in this SOQ by any other means.
• Determine that no project will be pursued.
• The City reserves the right to inspect the Consultant’s place of business prior to award or at any time
during the contract term or any extension thereof, to determine the Consultant’s capabilities and
qualifications.
1.7 CALIFORNIA'S PUBLIC RECORDS ACT
The City of Rancho Cucamonga complies with the California Public Records Act, Government Code Section
6253. (a) Public records are open to inspection at all times during the office hours of the state or local agency
and every person has a right to inspect any public record, except as hereafter provided. Any reasonably
segregable portion of a record shall be available for inspection by any person requesting the record after
deletion of the portions that are exempted by law.
An SOQ in its entirety shall not be considered confidential and proprietary. Notwithstanding the foregoing,
companies are hereby notified that any and all materials submitted in response to this SOQ are subject to
California's Public Records Act. The City's receipt, review, evaluation or any other act or omission concerning
any such information shall not create an acceptance by the City or any obligation or duty to prevent the
disclosure of any such information except as required by Government Code Section 6253. Companies who
submit information they believe should be exempt from disclosure under the Public Records Act shall clearly
mark each document as confidential, proprietary, or exempt, and state the legal basis for the exemption with
supporting citations to the California Code. Pursuant to California Law, if the information is requested under the
Public Records Act, the City shall make a final determination if any exemption actually exists for the City to deny
the request and prevent disclosure. The City will withhold such information from public disclosure under the
Public Records Act only if the City determines, in its sole discretion, that there is a legal basis to do so.
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 8 of 30
1.8 PERFORMANCE PERIOD
It is the City’s intent to award on-call contracts for the Scope of Services listed in this RFQ. The period of award
shall be five (5) years, with up to two (2) additional one-year options to be awarded at the sole discretion of the
City upon satisfactory performance of previous work as determined by City staff.
2. MINIMUM REQUIREMENTS
2.1 Business License
Selected Consultants awarded a contract shall be required to obtain a Rancho Cucamonga Business License no
later than five (5) business days from notification of award prior to being issued a Purchase Order. A selected
Consultants must possess and maintain all appropriate licenses/certifications necessary in the performance of
duties required under this SOQ and will provide copies of licenses/certifications immediately upon request
throughout the term of the Contract.
2.2 Prevailing Wages
Where labor is required for a public work as a part of any requirement covered by this SOQ, pursuant to the
provisions of the Labor Code of the State of California and/or the federal Davis-Bacon Act, a selected
Consultants(s) shall pay no less than those minimum wages unless an exemption applies. In certain cases, an
exemption from the prevailing wage requirement may apply to the scope of work. (See Cal. Labor Code
§ 1720(c)(1), (5); 42 USC § 5310(a). However, the City makes no representations in this SOQ that such an
exemption will apply or that prevailing wages will not be required for a scope of work covered by this SOQ.
2.3 Employee Conduct
All Consultants personnel must observe all City regulations in effect at the location where the Services are being
conducted. While on City property, the Consultant’s personnel shall be subject to oversight by City staff. Under
no circumstances shall the Consultant’s or Consultant’s sub-contractor personnel be deemed as employees of
the City. Consultants or Consultant’s subcontractor personnel shall not represent themselves to be employees
of the City.
Consultant’s personnel will always make their best efforts to be responsive, polite, and cooperative when
interacting with representatives of the City and City employees. The Consultant’s personnel shall be required
to work in a pleasant and professional manner with City employees, outside Consultants, and the public.
Nothing contained in this SOQ shall be construed as granting the Consultants the sole right to supply personal
or contractual services required by the City or without the proper City approval and the issuance of a Purchase
Order.
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 9 of 30
2.4 REPRESENTATIVES
Should a selected Consultants require the services of a subconsultant to complete the Scope of Services
indicated in this SOQ, the awarded Consultants will not assign, transfer, convey or otherwise dispose of the
contract or its right, title, or interest in or to the same, or any part thereof. Any attempt by the awarded
Consultants to so assign, transfer, or subcontract any rights, duties, or obligations arising hereunder shall be
null, void and of no effect.
The awarded Consultants shall be solely responsible for the satisfactory work performance of all personnel
engaged in performing the Services including Consultants subcontractor. All Services shall be performed by the
awarded Consultants or under the awarded Consultant’s direct supervision, and all personnel shall possess the
qualifications, permits, and licenses required by state and local law to perform such services.
The awarded Consultants shall be responsible for payment of all employees’ and subcontractors’ wages and
benefits and shall comply with all requirements pertaining to employer’s liability, workers’ compensation,
unemployment insurance, and Social Security. By its execution of this Agreement, Consultants certifies that it
is aware of the provisions of Section 3700 of the California Labor Code that require every employer to be insured
against liability for Worker's Compensation or to undertake self-insurance in accordance with the provisions of
that Code and agrees to comply with such provisions before commencing the performance of the services.
In case of default by the Consultants, the City may take the following actions which shall include but not be
limited to; cancellation of any purchase order, procurement of the articles or service from other sources and
may deduct from unpaid balance due to the Consultants, or may bill for excess costs so paid, and the prices paid
by the City shall be considered the prevailing market prices paid at the time such purchase is made, withholding
of payment until final resolution. Cost of transportation, handling, and/or inspection on deliveries, or
Consultants for delivery, which do not meet specifications, will be for the account of the Consultants.
City Representative:
For the purposes of this Agreement, the contract administrator and City ’s representative shall be Marlena
Perez, Principal Engineer, or such other person as designated in writing by City (“City ’s Representative”). It shall
be the Consultant’s responsibility to assure that City ’s Representative is kept informed of the progress of the
performance of the services, and the Consultants shall refer any decisions that must be made by City to the City
Representative. Unless otherwise specified herein, any approval of City required hereunder shall mean the
approval of the City Representative.
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 10 of 30
Consultants Representative:
The response to this SOQ shall designate the representative of the Consultants authorized to act in its behalf
with respect to the services specified herein and make all decisions in connection therewith (“Consultant’s
Representative”). It is expressly understood that the experience, knowledge, capability, and reputation of the
Consultant’s Representative will be a substantial inducement for City to enter into an Agreement with the
Consultants. Therefore, the Consultant’s Representative shall be responsible during the term of any Agreement
for directing all activities of consultants and devoting enough time to personally supervise the services
hereunder. The successful Consultants may not change the Consultant’s Representative without the prior
written approval of City ’s Representative.
3. SOQ DELIVERY AND SCHEDULE OF EVENTS
Complete SOQ responses must be received electronically via Planet Bids prior to the due date and time specified
in the below Schedule of Events. Please note, there will be no paper responses accepted. The City shall not be
responsible for any delays by transmission errors.
Schedule of Events
Event Description Date & Time
Post SOQ November 18, 2024
Questions Due December 4, 2024, by 3:00 pm
Addendum Issued December 12, 2024
SOQ Response Due Date January 6, 2024, by 9:00 am
(The City reserves the right to change schedule of events without prior notice or responsibility to Consultant.)
3.1 Questions and Clarifications
All questions or clarification requests must be submitted directly through the City’s bid system no later than the
due date and time indicated in the above Schedule of Events. Answers and/or clarifications will be provided in
the form of an Addendum and will be posted for download from the City’s bid system in accordance with the
above “Schedule of Events”.
From the issuance date of this SOQ until a Consultant is awarded, Consultants are not permitted to communicate
with any City staff or officials regarding this procurement, other than during interviews, demonstrations, and/or
site visits, except at the direction of Ruth Cain, Procurement Manager, the designated representative of the City
of Rancho Cucamonga.
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 11 of 30
4. SOQ SUBMISSION REQUIREMENTS AND RESPONSE FORMAT
Completion of this SOQ and its associated Exhibits are a requirement. To be considered responsive and evaluate
SOQ responses fairly and completely Consultants must comply with the format and submission requirements
set out in this SOQ, and provide all information requested. Failure to comply with the instruction indicated
herein or any part of this SOQ will deem said SOQ response as non-responsive and will not receive further
consideration in the evaluation process.
If only one SOQ response is received, the City reserves the right to discard the response, re-bid or proceed with
an SOQ review and negotiations.
SOQ responses are due on the date and time indicated in the above schedule of events. Submittals shall be
submitted electronically via Planet Bids; no paper SOQ responses will be accepted. SOQ responses must include
the information required by this SOQ.
The City has streamlined its various on-call disciplines into one SOQ. Consultants have the option to submit a
response for one or multiple disciplines. Please review the detailed response submittal instructions below. Titled
tabs have been created in the bid system for section responses. Sections are to be submitted separately unless
otherwise instructed. Please submit responses for the following sections to the associated section response
type tab in Planet Bids:
• Sections 4.1 through 4.8 – These sections shall be compiled as one document with a title sheet
separating each numbered section. Submit under the Response File tab.
• Section 5.1 Surveying and Mapping – Submit under the Section 5.1 tab.
• Section 5.2 Geotechnical Engineering and Material Sampling/Testing – Submit under the Section 5.2
tab.
• Section 5.3 General Civil Engineering – Submit under the Section 5.3 tab.
• Section 5.4 Traffic Engineering and Transportation Planning – Submit under the Section 5.4 tab.
• Section 5.5 Construction Management and Inspection – Submit under the Section 5.5 tab.
• Section 5.6 Development Plan Check – Submit under the Section 5.6 tab.
• Section 5.7 Architectural Engineering – Submit under the Section 5.7 tab.
• Section 5.8 Landscape Architecture – Submit under the Section 5.8 tab.
• Section 5.9 Right of Way Coordination – Submit under the Section 5.9 tab.
4.1 COVER LETTER / INTRODUCTION
SOQ responses must include the complete name and address of the Consultant and the name, email address,
and telephone number of the contact person regarding the SOQ response. A signature by an authorized
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 12 of 30
representative must be included on each SOQ response. Said signature will be considered confirmation of the
Consultants ability and willingness to comply with all provisions stated herein.
4.2 TABLE OF CONTENTS
The Table of Contents must be a comprehensive listing of the contents included in your SOQ response. This
section must include a clear definition of the material, exhibits and supplemental information identified by
sequential page numbers and by section reference numbers.
4.3 EXECUTIVE SUMMARY
The Executive Summary shall condense and highlight the contents of the Consultant’s SOQ response to provide
the Evaluation Committee with a broad understanding of the Consultant’s approach, qualifications, experience,
and availability of staff in terms of workload, current or ongoing projects.
4.4 FIRM EXPERIENCE/QUALIFICATIONS
The Consultant shall demonstrate the Consultant’s qualifications, experience, expertise, and capability to
perform the requirements of this SOQ. The Consultant shall provide a minimum of 6 representative projects
that have been completed within the last five years, including a contact person (including name, title, phone
number and email) at the agency for whom the work was completed. Each experience shall include a brief
description of the scope performed, the years of the work, and the team members involved.
Consultants shall provide a brief history of your firm, including the number of years in business, office locations,
specifically the address of offices located within the State of California. State whether your organization is an
individual proprietorship, partnership, corporation, or private nonprofit organization, and the date your
company was formed or incorporated.
4.5 THIRD-PARTY / SUBCONTRACTORS
If the Consultants intends to subcontract any of the services, provide a detailed list of any subcontractors,
partners, or third-party Consultants who will be involved in the implementation of the proposed services
including but not limited to:
• Description of the Consultant’s experience with each of the proposed subcontractors,
• Three (3) customer references for each subcontractor to include references names, addresses, and
telephone numbers, for products and services like those described in this SOQ,
• Describe the specific role of each.
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 13 of 30
4.6 STAFF RESUMES AND ORGANIZATION CHART
An organization chart shall be submitted identifying the staff available to perform the scope of services. The
organization chart shall identify the Consultant’s Representative, key personnel for the contract and any
subconsultants.
Submit the resumes of the key personnel that will be performing the services for the city. Key personnel for
each discipline shall be identified on the proposed team organization chart. Should any of the key personnel
become unavailable, the Consultant must submit a written request for substitution of this personnel with
another party of equal competence for City approval. The Consultant shall provide experienced and licensed
personnel, equipment, and facilities to perform the services outlined in this RFQ. All work shall be performed
by personnel with the appropriate license registered in registered in the State of California. All surveys, reports,
plans, specifications, and cost estimates shall be signed and sealed by the licensed professional.
Submit the resumes of the individuals who will be performing the services for the city. Resumes shall be
formatted in the following order:
• Role within On-Call.
• Length of time with the Company.
• Licenses, registrations, and certifications as required by law to perform the services described in the
Scope of Services herein.
• Educational background: technical training, education and experience of employees who would be
assigned to perform the services.
• Work history on similar or like projects with the other municipalities.
4.7 PROJECT MANAGEMENT APPROACH
Consultant shall describe how the firm intends to manage the aspects of the work to be performed, including
overall project management approach and methodology, quality, cost and schedule control procedures,
project tracking and performance monitoring procedures, and project progress reporting procedures.
5. DISCIPLINES AND APPLCABLE SCOPE OF SERVICES
Consultants shall provide experienced and licensed personnel, equipment, and facilities to perform the
following tasks. All work shall be performed by personnel with the appropriate license registered in registered
in the State of California. All surveys, reports, plans, specifications, and cost estimates shall be signed and sealed
by the licensed professional. Below is a list of anticipated scope of services required within each discipline of
this On-Call Contract, however this list is not exhaustive and other services may be required.
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 14 of 30
5.1 SURVEY AND MAPPING
Surveying and Mapping services that will be required may include, but not be limited to the following:
• Topographical survey and aerial surveys
• Records of survey
• Legal descriptions and plat maps for right-of-way acquisitions
• Right of way base mapping
• Boundary and control surveys
• Monument perpetuation/preservation including pre- and post-construction records.
• Prepare and file corner records.
• Mark limits of removals
• Construction surveying
• Survey plan checking.
• Prepare and review of tentative tract and a parcel maps and final tract maps and parcel maps.
5.2 GEOTECHNICAL ENGINEERING AND MATERIAL SAMPLING/TESTING
Geotechnical Engineering and Material Sampling/Testing Services that will be required on-call contract may.
include but not be limited to the following:
• Geotechnical, hydrological and groundwater investigations
• Preparation of subsurface reports and recommendations
• Field inspections and material testing
• Laboratory materials testing
• Hazardous materials evaluations and testing
• Preparing Phase 1 and Phase 2 studies
• DTSC coordination and permitting.
• Evaluation of street, storm drain and retaining wall repairs or maintenance.
• Review of asphalt concrete and cement concrete mix designs performed in accordance with ASTM
standards.
5.3 GENERAL CIVIL ENGINEERING
General Civil Engineering Services that will be provided under this on-call contract may include but not be limited
to the following:
• Preliminary planning and cost estimating for various projects.
• Provide project study reports, project reports, value engineering analysis and feasibility studies.
• Hydrology and hydraulic food plain studies, and erosion control plans
• Utility research and investigations, including potholing and Ground Penetrating Radar
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 15 of 30
• Preparation of plans, technical specifications and cost estimates for various Public Works and Capital
Improvement Projects including but not limited to; streets, bicycle facilities, sidewalks and curb ramps,
storm drains, site plans, highway improvements and trail improvements projects including park
improvements.
• Structural engineering services for bridges and retaining walls including structural observations and
inspections, structural calculations, structural drawings, shoring plans, and technical specifications.
• Landscaping and irrigation design
• Lighting design for streets, parking lots and parking structures
5.4 TRAFFIC ENGINEERING AND TRANSPORTATION PLANNING
Traffic Engineering and Transportation Planning Services that will be provided under this on-call contract may
include but not be limited to the following:
• Preliminary planning and cost estimating for various projects.
• Provide project study reports, project reports, value engineering analysis and feasibility studies.
• Preparation or review traffic engineering reports, traffic impact analysis, traffic signal design plans, and
transportation planning studies or project specific traffic related issues analysis
• Review traffic impact analysis and scoping agreements related to subdivisions or development projects.
• Perform traffic signal warrants, pedestrian studies and other warrants/studies as requested.
• Provide speed data analysis, intersection control studies including multi-way stop sign control.
• Provide traffic signal or alternatives, safety studies, travel time studies and miscellaneous traffic
engineering services.
• Preparation of plans, technical specifications and cost estimates for traffic projects including but not
limited to; traffic signals, signing and striping, signal interconnect, flashing beacons, pedestrian signals,
traffic calming, and temporary traffic control plans.
• Provide traffic signal timing plans and coordination timing studies for new or modified traffic signals.
• Traffic Plan check services including ability to meet a 2-week review for first plan check and a 1-week
review for each subsequent plan check thereafter until plan check review is approved. City may adjust
plan check review timeline on an as needed basis depending on project size.
5.5 CONSTRUCTION MANAGEMENT AND INSPECTION
Construction Management and Inspection Services that will be provided under this on-call contract may include
but not be limited to the following:
• Construction management including but not limited to; contract administration, contract negotiation,
response to RFIs, submittal reviews, shop drawings, construction scheduling, reviewing change orders,
document control, and cost control.
• Develop and manage RFI and submittal logs.
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 16 of 30
• Coordinate and host pre-construction meeting and progress meetings, including preparation of meeting
minutes.
• DBE/SBE and grant/loan compliance if applicable
• Establish procedures and monitor contractor compliance with federal and state prevailing wage
regulations and requirements.
• Maintain inspection records and reports.
• Perform daily construction observation and inspection ensuring construction conforms to the project
documents and report via City’s inspection software.
• Ensure the jobsite conditions are in compliance with OSHA requirements.
• Coordinate special inspection and material testing with representatives from other agencies if needed.
• Prepare daily journals including a log of laborers and time and materials construction activities.
• Measure the completed work for the purpose of progress payments.
• Liaise between the contractor and City staff.
• Provide required field inspection tools including ability to use City’s inspection software.
• Coordination and management of the services required, including review of the project site,
improvement plans, specifications, and special provisions.
• Provide constructability reviews.
5.6 DEVELOPMENT PLAN CHECK
Development Plan Check Services that will be provided under this on-call contract may include, but not be
limited to, the following:
• Initial plan review will need to determine compliance with City and State codes.
• Provide the City with a monthly plan review status report for all assigned projects.
• Ability to meet a 2-week review for first plan checks and a 1-week review for each subsequent plan check
thereafter until plan check review is approved. City may adjust plan check review timeline on an as
needed basis depending on project size.
• Map and Improvement plan check review will require a California Licensed Professional Land Surveyor
to stamp and/or seal necessary documents.
5.7 ARCHITECTURAL ENGINEERING
Architectural Engineering Design Services that will be provided under this on-call contract may include, but not
be limited to, the following:
• Preliminary architectural design including planning and cost estimating.
• Preparation of plans, technical specifications and cost estimates for new structures or modifications of
existing structures
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 17 of 30
• Prepare sketches, renderings and materials boards providing alternative architectural concepts and
designs.
• Prepare 2D and 3D models, sketches, renderings and elevation drawings of proposed architectural
designs and treatments.
• Review for conformance with ADA and required standards.
• Preparation of permit applications to the Planning and Building Departments
• Architectural construction support services and prepare record drawings.
5.8 LANDSCAPE ARCHITECTURE
Landscape Architecture Services that will be provided under this on-call contract may include, but not be limited
to, the following:
• Provie landscape planning and design services for new facilities or modifications to existing facilities
• Perform preliminary siting, grading, and landscaping layouts.
• Conduct site and field investigations to verify locations of existing and proposed facilities.
• Prepare sketches, renderings, and materials boards providing alternative landscaping concepts or
options.
• Prepare construction drawings, technical specifications, and cost estimates for Landscape Architecture
Projects
• Irrigation design including preparation of plans, specifications, and cost estimates.
• Provide landscaping construction support services including preparation of record drawings.
5.9 RIGHT OF WAY COORDINATION
Right of Way Coordination Services that will be provided under this on-call contract may include, but not be
limited to, the following:
• Negotiations with property owners for the purchase of right of way
• Adherence to Caltrans Right of Way Manual for all standards and operating procedures including
completion of Caltrans Right of Way Certification
• Prepare all written correspondence, offer packages.
• Escrow coordination.
• Administration of right of way related contracts (for both state and federally funded projects) including
but not limited to, appraisals, negotiations, preparation of offer packages, and signature coordination.
• Relocation services
• Provide preliminary title reports.
• Provide or review loss of business goodwill appraisal.
• Notary services for the signing and acquisition documents
• Condemnation support
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 18 of 30
• Eminent domain support
• Provide title and escrow services.
• Coordinate and provide support or information to City Legal staff, if required
• Prepare and secure agreements for Possession and Use, Right of Entry, and license or permits form
property owners.
• Prepare and maintain a schedule of major activities and milestones.
• Represent the City at Planning Commission meetings, City Council meetings or legal proceedings, if
required
6. EVALUATION AND CONSULTANT SELECTION PROCESS
6.1 INITIAL SCREENING
All SOQ responses will undergo an initial review to determine responsiveness to the instructions herein. Those
SOQ responses initially determined to be responsive by meeting the SOQ requirement as indicated herein will
proceed to the next phase of the evaluation process.
6.2 EVALUATION ACTIVITIES
SOQ responses deemed as having met the standard requirements indicated herein are evaluated by an
Evaluation Committee. The SOQ submittals are scored and assigned a ranking of zero (0) through ten (10), ten
being the highest possible score.
The following evaluation criteria and percentages have been assigned to each of the on-call disciplines for the
purposes of evaluation and scoring each SOQ response:
Evaluation Criteria (By Discipline)
Criteria Description Assigned Percentage
Conformance to the Specified RFQ Format 10
Company Expertise and Experience 30
Quality of Project Management Administration Approach 25
Project Team Experience 35
6.3 DEMONSTRATIONS/ INTERVIEWS
Upon completion of the SOQ evaluations and data analysis, and only, if necessary, selected top ranked
Consultants will be provided an opportunity to interview and conduct a presentation to further expand on their
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 19 of 30
SOQ response(s). Consultant interviews/demonstrations are scored and assigned a ranking of zero (0) through
ten (10), ten being the highest possible score, based upon but not limited to the evaluation criteria factors as
stated within the SOQ.
6.4 REFERENCE CHECK EVALUATION
The City may elect to conduct reference checks in lieu of interviews as the final selection criteria. The reference
checks will be conducted by phone with the information being scribed or conducted by a written form,
submitted to the Consultant’s reference contact. Reference contacts will be asked several predetermined
questions for response and to provide a score from zero (0) to ten (10), ten being the highest. Scores are then
tabulated and added to the spreadsheet with the criteria scores. It is imperative that Consultants provide up to
date and accurate information regarding contact information for reference checks. All scores are then tabulated
into the final Consultant ranking.
6.5 CONSULTANT SELECTION
The final Consultant selection is based on which Consultants are the most responsive, meeting the City’s
requirements and offering the best value to the city.
The City may conduct negotiations with several Consultants simultaneously. The City may also negotiate
contract terms with the selected Consultants prior to award. The City, at its sole discretion, reserves the right,
unless otherwise stated, to accept or reject all or any SOQ responses, or any part thereof, either separately or
to waive any informality and to split or make the award in any manner determined to be in the best interest of
the City.
6.6 BEST AND FINAL OFFER
The City reserves the right to conduct pre-award discussions and/or pre-contract negotiations with all or only
top ranked Consultants. At the conclusion of the evaluation processes, the City will request a Best and Final
Offer to be submitted from the finalists.
6.7 LETTER OF INTENT TO AWARD
After a final Consultant selection is determined, a Letter of Intent to Award (LOI) will be posted for review by all
participating, responsive Consultants. Negotiations shall be confidential and not subject to disclosure to
competing Consultants unless an agreement is reached. If contract negotiations cannot be concluded
successfully, City may negotiate a contract with the next highest scoring Consultant or withdraw the SOQ
entirely.
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 20 of 30
6.8 EXHIBITS A THROUGH H
The following named Exhibits A through H are a requirement and must be complete and signed where required.
Exhibits are not to be included in your proposal response. All referenced Exhibits must be submitted in Planet
Bids system under the Response Types, Exhibits A – G, H. Failure to comply with this instruction will deem your
SOQ submittal as non-responsive.
6.9 NON-DISCLOSURE CONFLICT OF INTEREST
Specify any possible conflicts of interest with your current clients or staff members and the city. A signed
“Conflict of Interest and Non-Disclosure Agreement, Exhibit A” included herein must be submitted under the
Non-Disclosure tab.
6.10 PROFESSIONAL SERVICE AGREEMENT
In addition to the acceptance of the City ’s Terms and Conditions, the successful Consultant will be required to
enter into a Professional Services Agreement (“PSA”) with the City, a “Sample” of which is attached in the City’s
bid system for review. All requirements of said PSA must be completed by the successful Consultant and signed
by both applicable parties prior to any services being rendered. This SOQ sets forth some of the general
provisions which may be included in the final PSA. In submitting a response to this SOQ, Consultant will be
deemed to have agreed to each clause unless otherwise indicated in “Exhibit B, Professional Services
Agreement Exceptions Summary” and the City agrees to either accept the objection or deviation or change the
PSA language in writing. Failure to raise any objections at the time of this SOQ response submittal will result in
a waiver of objection to any of the contractual language in the PSA at any other time. The signed Exception
Summary must be submitted in Planet Bids system under the Response Types tab Exhibits A – G.
6.11 ACKNOWLEDGEMENT OF INSURANCE
Consultants must meet all insurance requirements as outlined in the Professional Services Agreement. Ability
to comply with said requirements must be indicated with signature of “Exhibit C, Acknowledgement of
Insurance Requirements and Certification of Ability to Provide and Maintain Coverages Specified”. The
awarded Consultant will be responsible for providing the required Certificates of Insurance and must be the
Named Insured on the Certificates. Certificates of Insurance from any other entity other than the awarded
Consultant, will not be accepted. The signed Acknowledgement of Insurance must be submitted under the
Planet Bid Response Types, Exhibits A – G.
6.12 ADDENDUM ACKNOWLEDGEMENT
The Consultant shall hereby acknowledge they have received all posted Addendums, if any. It is the Consultant’s
responsibility to log into the Bid System to identify and download the number of addenda that have been
posted. Addenda issued in correspondence to this SOQ shall be considered a part of this SOQ and shall become
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 21 of 30
part of any final Contract that may be derived from this SOQ. Consultants must indicate their acknowledgement
of any Addendums by way of signature on “Exhibit D, Addendum Acknowledgement” and must be submitted
under the Planet Bid Response Types, Exhibits A – G.
6.13 DEBARMENT AND SUSPENSION
Bidding Consultants must verify by way of signature to “Exhibit E, Consultant Certification Form” that they are
not listed on the governmentwide exclusions in the System for Award Management (SAM), in accordance with
the guidelines under 2 CFR 200 that implement Executive Orders 12549 (3 CFR part 1986 Comp., p. 189) and
12689 (3 CFR part 1989 Comp., p. 235), and that neither Consultant nor any of its proposed subcontractors are
tax delinquent with the State of California. The signed exhibit must be submitted under the Planet Bid
Response Types, Exhibits A – G.
6.14 PARTICIPATION CLAUSE
Consultants shall provide a completed “Exhibit F, Participation Clause”, must be submitted under the Planet.
Bids Response Types, Exhibits A – G. This will indicate a consultants’ agreement to or not to allow other entities.
to utilize the SOQ response and awarded contract as a piggyback option.
6.15 SIGNATURE OF AUTHORITY
“Exhibit G”, Signature of Authority must be submitted under the Planet Bid Response Types, Exhibits A – G.
Unsigned SOQ responses will not be accepted. The Signature of Authority declares that the Consultant has
carefully examined the instruction indicated herein including all terms and condition and specifications, and
hereby proposes and agrees, if the Consultants SOQ response is accepted, Consultant agrees to furnish all
material in accordance with the instruction and specifications in the time and manner prescribed for the unit
cost amounts set forth in the Consultants SOQ response.
6.16 COMPANY REFERENCES
Provide a minimum of three (3) references for each discipline you are interested in. If a reference is included for
multiple disciplines, please indicate that on the reference worksheet under the description of services section.
The references must be agencies in California that your company has conducted comparable or like services.
Preferred references should be current customer within the past three (3) years.
Exhibit H, Reference Worksheet, must be complete and uploaded into the Planet Bid system under the
“Response Type” section identified as “Exhibit H”. While the Reference Worksheet accompanies your SOQ
response it is not to be discussed in any other area of the SOQ response other than the “Response Type, Exhibit
H” in Planet Bids. Failure to comply with the instruction will determine the Consultants SOQ response as non-
responsive and be eliminated from proceeding any further in the process.
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 22 of 30
6.17 PRICING
There is no pricing / cost element included in this SOQ. The SOQ review and Consultant Interview/Presentations
(if necessary) will produce a list of qualified Consultants that will then be requested to submit their cost sheets
for each submitted response. Pricing should not be discussed anywhere in any responses submitted at this time
including samples of other pricing scenarios for sample or other projects. Failure to comply with required format
and/or instruction will cause Consultants SOQ response to be considered as non-responsive and be eliminated
from proceeding any further in the process.
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 23 of 30
“EXHIBIT A” CITY OF RANCHO CUCAMONGACONFLICT OF INTEREST/NON-DISCLOSURE STATEMENT
It is the policy of the City of Rancho Cucamonga to prevent personal or organizational conflict of interest, or the
appearance of such conflict of interest, in the award and administration of City Contracts, including, but not
limited to Contracts for Professional Services Agreements (“PSA”) with potential Consultants.
I do not have specific knowledge of confidential information regarding SOQ responses received in response to
the Request for Statement of Qualifications (SOQ) #24/25-501 Various On-Call Services.
I agree not to disclose or otherwise divulge any information pertaining to the contents, status, or ranking of any
SOQ response to anyone. I understand the terms and "disclose or otherwise divulge" to include, but are not
limited to, verbal conversations, written correspondence, reproduction of any part or any portion of any SOQ
response, or removal of same from designated areas.
I, the undersigned, hereby certify that the following statements are true and correct and that I understand and
agree to be bound by commitments contained herein.
______________________________________ (Print Name)
______________________________________ (Relationship to the City)
______________________________________ (Relationship to the Consultant)
______________________________________ (Signature)
______________________________________ (Date)
Exhibits are not to be included in your bid response. All referenced Exhibits must be submitted in Planet Bids
system under the Response Types, Exhibits A – G.
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 24 of 30
“EXHIBIT B, PROFESSIONAL SERVICES AGREEMENT EXCEPTIONS SUMMARY”
Mark the appropriate choice, below:
_____ Vendors accepts the PSA without exception.
OR
_____ Vendors proposes exceptions to the PSA.
Summarize all exceptions on a separate document. Enclose a written summary of each change and title as
“Exception Summary”, which shall include the Vendors’ rationale for proposing each such exception. Each
exception must be labeled with the Section number in the PSA. Failure to properly reference exceptions in the
submitted summary may deem the response as non-responsive.
___________________________________
Signature
___________________________________
Printed Name
___________________________________
Title
___________________________________
Date
Exhibits are not to be included in your bid response. All referenced Exhibits must be submitted in Planet Bids
system under the Response Types, Exhibits A – G.
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 25 of 30
“EXHIBIT C, ACKNOWLEDGMENT OF INSURANCE REQUIREMENTS AND CERTIFICATION OF ABILITY TO
PROVIDE AND MAINTAIN COVERAGES SPECIFIED”
I, _______________________________ the ______________________________________________
(President, Secretary, Manager, Owner or Representative)
of __________________________________________________________________, certify that the
(Name of Company, Corporation or Owner)
Specifications and General Provisions regarding insurance requirements as stated within the Professional
Services Agreement (PSA), for the Purchase Contract designated Request for Statement of Qualifications
(“SOQ”) #24/25-501 for Various On-Call Services have been read and understood and that our Vendors is able
to provide and maintain the coverage as specified in the PSA. Failure to provide said coverage, upon request to
finalize the PSA prior to award shall be enough cause for immediate disqualification of award. Failure to
maintain said coverage shall result in termination of the contract.
___________________________________
Signature
___________________________________
Printed Name
___________________________________
Title
___________________________________
Date
Exhibits are not to be included in your bid response. All referenced Exhibits must be submitted in Planet Bids
system under the Response Types, Exhibits A – G.
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 26 of 30
“EXHIBIT D” ADDENDUM ACKNOWLEDGEMENT
The Consultants hereby acknowledges the following Addenda Number(s) to this SOQ have been received, if any.
Consultants understands failure to acknowledge any addenda issued may cause the SOQ response to be
considered non-responsive. It is the Consultants’ responsibility to log into the Bid System to identify and
download the number of addenda that have been posted.
• __________________
• __________________
• __________________
• __________________
___________________________________
Signature
___________________________________
Printed Name
___________________________________
Title
___________________________________
Date
Exhibits are not to be included in your bid response. All referenced Exhibits must be submitted in Planet Bids
system under the Response Types, Exhibits A – G.
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 27 of 30
“EXHIBIT E DEBARMENT and SUSPENSION CERTIFICATION FORM
I certify that neither _____________________________ (Consultant) nor any of its proposed subcontractors
are not currently listed on the governmentwide exclusions in the System for Award Management (SAM), in
accordance with the guidelines under 2 CFR 200 that implement Executive Orders 12549 (3 CFR part 1986
Comp., p. 189) and 12689 (3 CFR part 1989 Comp., p. 235), and that neither Consultant nor any of its proposed
subcontractors are tax delinquent with the State of California.
I acknowledge that if Consultants or any of its subcontractors subsequently are placed under suspension or
debarment by a local, state or federal government entity, or if Consultants or any of its subcontractors
subsequently become delinquent in California taxes, our Proposal will be disqualified.
___________________________________
Signature
___________________________________
Printed Name
___________________________________
Title
___________________________________
Date
Exhibits are not to be included in your bid response. All referenced Exhibits must be submitted in Planet Bids
system under the Response Types, Exhibits A – G.
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 28 of 30
“EXHIBIT F, PARTICIPATION CLAUSE”
It is hereby understood that other government entities, such as cities, counties, and special/school districts may
utilize this RFP response at their option for equipment or services at the RFP response price for a period of
________ days. Said entities shall have the option to participate in any award made because of this solicitation.
Any such piggy-back awards will be made independently by each agency, and the city is not an agent, partner
or representative of these agencies and is not obligated or liable for any action of debts that may arise out of
such independently negotiated piggy-back procurement. Each public agency shall accept sole responsibility of
its own order placement and payments of the Vendors.
Successful Vendors will extend prices as proposed herein to other governmental agencies, please
specify.
YES __________ NO _________
Exhibits are not to be included in your bid response. All referenced Exhibits must be submitted in Planet Bids
system under the Response Types, Exhibits A – G.
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 29 of 30
“EXHIBIT G” SIGNATURE OF AUTHORITY
The undersigned firm declares that he has carefully examined the specifications and read the above terms and
conditions, and hereby proposes and agrees, if this SOQ response is accepted, to furnish all material in
accordance with the specifications and instructions, in the time and manner therein prescribed for the unit cost
amounts set forth in the following SOQ response.
THE CONSULTANTS IN SUBMITTING THIS SOQ RESPONSE MUST FILL IN THE FOLLOWING INFORMATION. FAILURE TO
DO SO MAY DEEM YOUR SOQ RESPONSE AS NON-RESPONSIVE.
Company Name:
Address:
(Street, Su. # City, State, Zip)
Telephone #:
Fax #:
E-mail address:
Web Address:
Authorized Representative: (print)
Title:
Signature:
Date:
Exhibits are not to be included in your bid response. All referenced Exhibits must be submitted in Planet Bids
system under the Response Types, Exhibits A – G.
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 30 of 30
“EXHIBIT H” REFERENCES WORKSHEET”
This Exhibit must be complete and uploaded into the Planet Bid system under the applicable Response Type,
section identified as “Exhibit H”” section. Provide a minimum of three (3) clients for each discipline you are
interested in. If a reference is included for multiple disciplines, please indicate that on the worksheet below
under the description of services section. The references must be agencies in California that your company has
conducted comparable or like services within the past three (3) years. Please make the copies of the table below
to provide additional reference information for multiple disciplines if necessary. Please verify accuracy of
contact information.
Reference 1
Company Name
Contact Name and Title
Company Address
Contact Telephone Number
Contact Email
Description of Comparative Services (please be specific)
Reference 2
Company Name
Contact Name and Title
Company Address
Contact Telephone Number
Contact Email
Description of Comparative Services (please be specific)
Reference 3
Company Name
Contact Name and Title
Company Address
Contact Telephone Number
Contact Email
Description of Comparative Services (please be specific)
Exhibits are not to be included in your bid response. All referenced Exhibits must be submitted in Planet Bids
system under the Response Types, Exhibit H.
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
Addendum No. 001
Request for Statement of Qualifications (SOQ) #24/25-501
For
Various On-Call Services
December 12, 2024
Re: Consultant Questions/Answers/Clarifications
Ladies and Gentlemen:
This Addendum will address questions and clarification requests as submitted by Consultants.
Only those questions submitted in writing are being addressed and can be found in the below
table.
The RFP response due date and time is being extended to January 13, 2025, by 9:00 am.
If there are any questions regarding this Addendum, please contact me at (909) 774-2500
Sincerely,
Ruth Cain, Procurement Manager
City of Rancho Cucamonga
Procurement Division
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
_____________________________________________________________________________________
_____________________________________________________________________________________
Page 2 of 11
Question(s) / Clarification(s) Answer(s) / Comment(s)
1
Please clarify if the reference information
requested in Section 4 should be included
with the 6 projects requested. Considering
that Exhibit H, Reference Worksheet, states
that it is not to be discussed in any other
area of the SOQ response other than the
“Response Type, Exhibit H” in Planet Bids.
Failure to comply with the instruction will
determine the Consultants SOQ response as
non-responsive and be eliminated from
proceeding any further in the process.
Yes, the references requested under Section
4 for the 6 projects should be included for City
awareness. However, the City will only
contact the references formally provided
under Exhibit H as part of the reference
checks for this RFQ.
2
Could the City please clarify if all categories
should be combined and submitted as one
Response File and also submitted separately
under their respective category tabs? Please
clarify if reference information should be
included with the 6 projects requested.
Considering that Exhibit H, Reference
Worksheet, must be complete and
uploaded into the Planet Bid system under
the “Response Type” section identified as
“Exhibit H”. While the Reference Worksheet
accompanies your SOQ response it is not to
be discussed in any other area of the SOQ
response other than the “Response Type,
Exhibit H” in Planet Bids. Failure to comply
with the instruction will determine the
Consultants SOQ response as non-
responsive and be eliminated from
proceeding any further in the process.
Sections 4.1 to 4.7 should be combined and
submitted as one response file. Individual
responses and files with the scope of services
for each discipline shall be submitted under
the appropriate category in Section 5.5 for
the disciplines that you are proposing on.
See response to Question 1 regarding the
references.
3
Please clarify if reference information
should be included with the 6 projects
requested. Considering that Exhibit H,
Reference Worksheet, must be complete
and uploaded into the Planet Bid system
under the “Response Type” section
identified as “Exhibit H”. While the
Reference Worksheet accompanies your
See response to Question 1.
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
_____________________________________________________________________________________
_____________________________________________________________________________________
Page 3 of 11
SOQ response it is not to be discussed in any
other area of the SOQ response other than
the “Response Type, Exhibit H” in Planet
Bids. Failure to comply with the instruction
will determine the Consultants SOQ
response as non-responsive and be
eliminated from proceeding any further in
the process.
4 Does the City want resumes for our
proposed sub-consultants?
Yes, submit resumes for key personnel,
including subconsultants as necessary.
5
Section 4. SOQ Submission Requirements
and Response Format lays out that a single
document for Sections 4.1 through 4.8 must
be submitted as the "Response File." There
is no Section 4.8. Is this section missing from
the RFQ? Additionally, what does the City
want submitted as the separate Section 5
tabs? Can this be clarified so that we make
sure we are compliant?
There is no Section 4.8, only sections 4.1-4.7
are required to be submitted.
Quals, resumes, and the org chart submitted
within Sections 4.1-4.7 should be
representative of all disciplines you are
proposing on. Only the description of the
offered scope of services for each discipline
that you are proposing on should be
submitted as separate tabs under Section 5.
6
Due to the holidays and there being several
pursuits due at the same time, can you
please extend the deadline by one week, to
January 13?
Yes, the deadline will be extended until
January 13, 2025.
7 What is the maximum dollar amount of the
contract (annually/or life of contract)?
The initial contract award (over the life of the
contract) will be $1 Million for each selected
consultant. However, there is no guarantee of
work or compensation, and the City reserves
the right to increase or decrease this limit if
needed.
8
How many firms is the City looking to award
for each of the listed disciplines on page 11
?
The City does not have a number of
consultants set for each discipline but is
looking to award to multiple consultants for
each category provided that they meet the
requirements of the RFQ and that their
reference checks are in good standing.
9 Is there a page count limit, and if so what
does not count towards it?
There is no page count limit.
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
_____________________________________________________________________________________
_____________________________________________________________________________________
Page 4 of 11
10 How many firms does the City intend to
select for each discipline?
See response to Question 8.
11
On Page 11, it states that firms should
submit items under the tab for their
respective discipline. For example, what
information should be included in Section
5.5?
See response to Question 5.
12
On Page 11, it states that Sections 4.1
through 4.8 should be submitted under the
Response File tab. What information should
be listed in Section 4.8?
Please see answer to Question 5.
13
Please confirm to whom at the City the
cover letter by the Consultant should be
addressed to?
Marlena Perez
14
Could the City please clarify if Section 5.6
Development Plan Check pertains to
Engineering, Building and Safety, Planning
Review, or all three?
The Development Plan Check only pertains to
Engineering. Building and Safety and Planning
Review are under different on-call contracts
at the City.
15
Section 4 of the RFP states that the response
file will be comprised of information
discussed in sections 4.1 through 4.8.
However, when the section requirements
are broken down there are only sections 4.1
through 4.7. Is there a requirement for
section 4.8 or was that a typo?
Please see answer to Question 5.
16
Exhibit "A" - There are five lines to be filled
on the Exhibit. It is understood that the first
line would be the printed name of the
"Consultant's Representative" as defined on
Page 10 of the Request for Statement of
Qualifications. The fourth line will be the
signature of the Consultant's
Representative, and the fifth line will be the
date of signature of the Consultant's
Representative. Please indicate as to what
information needs to be presented on the
second (Relationship to the City) and the
third line (Relationship to the Consultant).
Print name, indicate what your relationship
to the City is, i.e. current vendor, related to
any City staff….. or none, indicate what your
relationship is to the Consultant are you an
owner, related to staff….. or none, sign and
date
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
_____________________________________________________________________________________
_____________________________________________________________________________________
Page 5 of 11
17
Exhibits "A" through "H", inclusive - It is
understood that Exhibits "A" through "H",
inclusive will need to be provided by the
consultant submitting the Statement of
Qualifications - Would submittal of any of
said Exhibits be required by any of the sub-
consultants that the consultant may retain
as part of the consultant's team? If so,
please indicate which Exhibit(s).
Exhibits A through G are only required for the
prime consultant. Exhibit H needs to be
provided for the prime and subconsultants.
18
On Page 16 of 30 - Section 5.6 - Last bullet
point - What will be the seal and signature
requirements of the professional engineers
who will be reviewing improvement plans
during the initial plan check period and
when the plans have received the seal and
signature of the professional engineers in
charge of preparation of the improvement
plans?
Improvement plans shall be reviewed by or
under the supervision of a California Licensed
Professional Engineer.
19
On Page 16 of 30 - Section 5.6 - Last bullet
point - Will the seal and signature of a
Professional Land Surveyor licensed in the
State of California or alternatively the seal
and signature of a Registered Civil Engineer
in the State of California authorized to
practice survey be required under the City
Surveyor's Statement on final tract and
parcel maps?
The last bullet point from Section 5.6 will be
removed and this task will be part of a
separate Proposal Request.
20
On Page 16 of 30 - Section 5.6 - Last bullet
point - It is understood that map review
services and review of legal descriptions and
plats will be conducted by a Professional
Land Surveyor licensed in the State of
California or a Registered Civil Engineer in
the State of California authorized to practice
survey. It is understood that the review of
improvement plans will be conducted by
registered professional engineers in the
State of California. Please clarify/ confirm.
See response to Questions 18 and 19.
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
_____________________________________________________________________________________
_____________________________________________________________________________________
Page 6 of 11
21
On Page 16 of 30 - Section 5.6 - Last bullet
point - Will the review of the final tract maps
and parcel maps be conducted by the
Development Plan Check consultant
selected for Section 5.6 functions, or will the
review of the final tract maps and parcel
maps be conducted by the Survey and
Mapping consultant selected for Section 5.1
functions? The final tract maps and parcel
maps, under City Surveyor's Statement,
require the signature of a Professional Land
Surveyor licensed in the State of California
or the signature of a Registered Civil
Engineer in the State of California
authorized to practice survey. Will the
signatures under City Surveyor's Statement
be made by the Development Plan Check
consultant selected under Section 5.6 or will
it be made by the Survey and Mapping
consultant selected for Section 5.1
functions?
Neither the consultant selected for 5.1 or 5.6.
This task will be revised to only include
“prepare tentative and final tract and parcel
maps.” See response to Question 19.
22
On Page 14 of 30 - Section 5.1 - Last bullet
point - Will the review of the final tract maps
and parcel maps be conducted by the
Survey and Mapping consultant selected for
Section 5.1 functions, or will the review of
the final tract maps and parcel maps be
conducted by the Development Plan Check
consultant selected for Section 5.6
functions? The final tract maps and parcel
maps, under City Surveyor's Statement,
require the signature of a Professional Land
Surveyor licensed in the State of California
or the signature of a Registered Civil
Engineer in the State of California
authorized to practice survey. Will the
signatures under City Surveyor's Statement
be made by the Survey and Mapping
consultant selected for Section 5.1 or will it
be made by the Development Plan Check
See response to Question 21.
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
_____________________________________________________________________________________
_____________________________________________________________________________________
Page 7 of 11
consultant selected under Section 5.6
functions?
23
On Page 11 of 30 - Section 4 - First bullet
point on the page - Sections 4.1 through 4.8
is referenced - Section 4.8 seems to be
missing.
See response to Question 5.
24
Will the City look to choose a variety of
different consultants than in previous
years? In other words, are all firms eligible
even if they have previously held the on call
contract?
Yes, all firms are eligible even if they have not
been on previous on-calls with the City.
25 How many consultants will you select in
each category?
See response to Question 8.
26
Are you able to share how much work was
given out during the past cycle….ie: value of
contracts given / how many projects, etc.
See response to Question 7. The City will not
be providing this information at this time.
However, the number of contracts given to
each consultant under the on-call as it is
based on the total contract value and not the
number of projects.
27 Can you provide a list of consultants who
currently hold the on call in each category?
The City will not be providing this information
at this time.
28
On RFQ page, 4th paragraph it states:
“Please submit responses for the following
sections to the associated section response
type tab in Planet Bids” In the bullet list after
the 4th paragraph it states: • Section 5.1
Surveying and Mapping – Submit under the
Section 5.1 tab. // • Section 5.2
Geotechnical Engineering and Material
Sampling/Testing – Submit under the
Section 5.2 tab. // • Section 5.3 General Civil
Engineering – Submit under the Section 5.3
tab. // • Section 5.4 Traffic Engineering and
Transportation Planning – Submit under the
Section 5.4 tab. // • Section 5.5
Construction Management and Inspection –
Submit under the Section 5.5 tab. // •
Section 5.6 Development Plan Check –
See response to Question 5.
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
_____________________________________________________________________________________
_____________________________________________________________________________________
Page 8 of 11
Submit under the Section 5.6 tab. // •
Section 5.7 Architectural Engineering –
Submit under the Section 5.7 tab. // •
Section 5.8 Landscape Architecture –
Submit under the Section 5.8 tab. // •
Section 5.9 Right of Way Coordination –
Submit under the Section 5.9 tab.” We
understand that we should only add
information for those services we want to
propose on; however, we have reviewed
the text in Section 5. DISCIPLINES AND
APPLCABLE SCOPE OF SERVICES from the
bottom of page 13 to the top of page 18,
and none of the text here seems to ask for
any information. QUESTION. Can you please
explain what, if anything, should be
submitted under the tabs for Section 5.1 to
5.9?
29
On RFQ 12, under 4.4 Firm
Experience/Qualifications that we are to
include in our SOQ it states: “The Consultant
shall demonstrate the Consultant’s
qualifications, experience, expertise, and
capability to perform the requirements of
this SOQ. The Consultant shall provide a
minimum of 6 representative projects that
have been completed within the last five
years, INCLUDING A CONTACT PERSON
(INCLUDING NAME, TITLE, PHONE NUMBER
AND EMAIL) AT THE AGENCY FOR WHOM
THE WORK WAS COMPLETED. EACH
EXPERIENCE SHALL INCLUDE A BRIEF
DESCRIPTION OF THE SCOPE
PERFORMED….” [emphasis in CAPS added]
However, on page 21 of the RFQ it states
“Exhibit H, Reference Worksheet, must be
complete and uploaded into the Planet Bid
system under the “Response Type” section
identified as “Exhibit H”. WHILE THE
REFERENCE WORKSHEET ACCOMPANIES
See response to Question 1.
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
_____________________________________________________________________________________
_____________________________________________________________________________________
Page 9 of 11
YOUR SOQ RESPONSE IT IS NOT TO BE
DISCUSSED IN ANY OTHER AREA OF THE
SOQ RESPONSE other than the “Response
Type, Exhibit H” in Planet Bids. Failure to
comply with the instruction will determine
the Consultants SOQ response as non-
responsive and be eliminated from
proceeding any further in the process.”
[emphasis in CAPS added], and Exhibit H on
page 20 of the RFQ asks for virtually the
same information (name, title, address,
phone number, email, and description of
services) as is requested in section 4.4.
QUESTION. These statements seem to
contradict each other with one asking that
we include project/client contact
information in section 4.4 of our SOQ and
the second saying that reference
information cannot be discussed a
30
On RFQ page, 4th paragraph it states:
“Please submit responses for the following
sections to the associated section response
type tab in Planet Bids: • Sections 4.1
through 4.8 – These sections shall be
compiled as one document with a title sheet
separating each numbered section. Submit
under the Response File tab.” However, the
numbered sections that follow only go up to
4.7. QUESTION. Is this a typo, and it should
read “• Sections 4.1 through 4.7”?
See response to Question 5.
31
The RFP mentioned that Section 4.1 - 4.8
should be submitted under the Response
File tab, should there be a 4.8? I do not see
this section in the RFP.
See response to Question 5.
32
Could you confirm what information you
would like to see in the discipline sections
(ie - include specific quals, resumes, org
chart - or should that all stay in section 4.1-
4.8)?
See response to Question 5.
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
_____________________________________________________________________________________
_____________________________________________________________________________________
Page 10 of 11
33
Our firm is interested in submitting an SOQ
for Discipline and Scope of Services 5.5. Our
firm does perform a majority of the services
provided in 5.5 under this on-call contract,
we do not perform all of them. Do we need
to be able to perform all services listed in
Discipline 5.5 (including those that may be
added), or may we submit the SOQ for the
services we do provide?
No, you do not need to perform all
disciplines, you can submit the SOQ for only
the scope of services you wish to provide.
Only include the scope of work for the
disciplines in Section 5.5 that you want to
perform.
34
How many firms will be selected for the On
Call list? Can you provide us with the current
names of the incumbents of this list.
See responses to Questions 8 and 27.
35
In Section 4.2, the SOQ requests a
comprehensive Table of Contents listing all
materials, exhibits, and supplemental
information. However, the instructions for
Exhibit H specify that it should only be
uploaded in the designated section of the
Planet Bid system and must not be
discussed in any other area of the SOQ
response. Should Exhibit H be included in
the Table of Contents, or should it be
excluded to comply with the restriction
against referencing it outside the
designated area?
All exhibits can be referenced in the TOC.
However, Exhibit H itself should only be
submitted under the portal for Exhibit H on
planet bids.
36
On page 11, Section 4 references Section
4.8; however, there does not appear to be
any additional references to this section
elsewhere in the document. Would you
please confirm if there is an additional
section that should be included for
consideration?
See response to Question 5.
37 Can you confirm whether or not building
inspection services are part of this RFQ?
See response to Question 14.
38
Where can I find the scope of work for
environmental consultants? I could not find
it in the SOQ.
This RFQ does not include environmental
consulting services. The City has a separate
On-Call for environmental services that is
held through the Planning Department.
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
_____________________________________________________________________________________
_____________________________________________________________________________________
Page 11 of 11
39
In section 5.6 Development Plan Check.
What discipline is the City looking for here?
For example, is the City looking to hire
different disciplines such as a landscape
architectural firm to provide plan checking
services for submitted landscape plans?
The primary discipline required for the tasks
listed under section 5.6 is Civil Engineering.
The City is interested in having the ability to
have different disciplines other than Civil
Engineering available, but cannot guarantee
the number of plan checks.
40
Please clarify what information is required
for submittal under the tabs for the Sections
5.1 - 5.9, since the required information
appears to be included in Sections 4.1-4.8?
Please confirm there is no section 4.8 - all as
shown on page 11 of 30 of RFQ..
See response to Question 5.
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
PSA with professional liability insurance (Design)
Last Revised: 01/11/2018
Page 16
EXHIBIT B
CONSULTANT PROPOSAL
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
SUBMITTED BY:
Geocon West , Inc.
24711 Redlands Blvd
Loma Linda, CA 92354
909.894.2175
www.geoconinc.com
Neal Berliner, GE, President
Principal Engineer
STATEMENT OF
QUALIFICATIONS
Various On-Call Services: SOQ #24/25-501
5.2 Geotechnical Engineering and
Material Sampling/Testing
JANUARY 13, 2025, 9:00 AM
SUBMITTED TO:
City of Rancho Cucamonga
Purchasing Division
10500 Civic Center Drive
Rancho Cucamonga, CA 91730
Attention: Marlena Perez
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
24711 Redlands Blvd ■ Loma Linda, California 92354 ■ P| 909.894.2175 ■ F| 909.283.7160
4.1 COVER LETTER/INTRODUCTION
RD-24-2248-S-GT
January 13, 2024
Attn: Marlena Perez
City of Rancho Cucamonga
Purchasing Division
10500 Civic Center Drive
Rancho Cucamonga, California 91730
Subject: STATEMENT OF QUALIFICATIONS FOR VARIOUS ON-CALL SERVICES: SOQ #24/25-501
5.2 GEOTECHNICAL ENGINEERING AND MATERIAL SAMPLING/TESTING
Dear Ms. Perez,
Geocon West, Inc. (Geocon) welcomes the opportunity to submit this proposal to the City of Rancho Cucamonga in
reference to the RFP for Various On-Call Services. We have the demonstrated technical expertise, project
management approach, integrity, and responsiveness that will enable successful delivery of this project. Geocon
has 54 years of experience performing geotechnical engineering and material sampling/testing services for public
agencies and municipalities right here in Southern California. We also perform engineering geology, and
environmental engineering services.
Our local office and certified laboratory in Loma Linda will manage the on-call services and partner with the City to
provide Geotechnical Engineering, and Material Sampling/Testing, which will include, but is not limited to
preparation of subsurface reports, field inspections, laboratory materials, hazardous materials evaluations and
testing, and review of asphalt concrete and cement concrete mix designs performed in accordance with ASTM
standards.
We have performed the same services for similar projects for numerous public agencies across our 54-year history,
including recently for the County of San Bernardino, City of Anaheim, City of Chino, and City of Ontario to name a
few.
As managing partner of Geocon West, Inc., I attest by my signature that I have the official authority to bind the
company to commit its resources to fulfill the terms of this contract. Mr. Cazeneuve manages the Loma Linda team,
will manage all work under this contract, if awarded, and will be your point of contact. Please find his contact
information below.
Key Personnel Contact Information:
Michael A. Cazeneuve, GE, CEG
Senior Engineer/Geologist
24711 Redlands Blvd., Loma Linda, CA 92354
T | 909.894.2175 M | 626.623.2074 E | cazeneuve@geoconinc.com
Geocon appreciates the opportunity to submit this proposal to the City. Upon being awarded, our team will be fully
dedicated to every Task Order by providing the highest level of service while upholding our industry reputation for
excellent customer service. We acknowledge Addendum 1, which was released on December 12th, 2024. Thank you
for your consideration.
Sincerely,
Geocon West, Inc.
Neal Berliner, GE Michael A. Cazeneuve, GE, CEG
President & Principal Engineer Senior Engineer/Geologist
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
TABLE OF CONTENTS
RD-24-2248 i 13, January, 2025
SECTIONS
4.1.Cover Letter/Introduction .......................................................................................................................................... 1
4.2.Table of Contents ........................................................................................................................................................ 2
4.3.Executive Summary .................................................................................................................................................... 3
4.4.Firm Experience/Qualifications ................................................................................................................................. 4
4.5.Third Party/Subcontractors ..................................................................................................................................... 12
4.6. Staff Resumes and Organization Chart ................................................................................................................... 16
4.7. Project Management Approach .............................................................................................................................. 29
Exhibits ....................................................................................................................................................................... 39
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
RD-24-2248 Page - 3 - January 13, 2024
City of Rancho Cucamonga
SOQ: #24/25-501 Various On-Call Services
5.2 Geotechnical Engineering and Material Sampling/Testing
4.3 EXECUTIVE SUMMARY
Geocon is pleased to submit this Statement of Qualifications (SOQ) to demonstrate our ability to deliver high-quality
geotechnical and material sampling/testing services in response to the RFP. With over 54 years of experience, a
proven track record of successful projects, and a highly qualified team, we are committed to exceeding the City’s
expectations.
Our SOQ is organized as follows:
• 4.1 Cover Letter / Introduction: Introduces Geocon, provides contact details of the City’s primary point of
contact, and affirms compliance with the RFP.
• 4.2 Table of Contents: Offers a clear and organized structure for navigating the SOQ.
• 4.4 Firm Experience/Qualifications: Highlights representative projects completed in the past five years,
showcasing our expertise and capability to meet the City’s needs, each project also includes references.
• 4.5 Third-Party / Subcontractors: Provides details on subcontractors’ roles, experience, and resumes,
demonstrating strong collaborative relationships.
• 4.6 Staff Resumes and Organization Chart: Includes detailed resumes of key team members, role in the
contract, previous project experience and an organization chart to illustrate project roles and qualifications.
• 4.7 Project Management Approach: Outlines our methodologies for quality assurance, cost and schedule
control, performance monitoring, deliverables, and reporting.
This SOQ reflects Geocon’s qualifications, expertise, and commitment to delivering outstanding geotechnical and
material testing services, demonstrating our capabilities as a trusted partner for the City’s current and future
projects.
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
RD-24-2248 Page - 4 - January 13, 2024
City of Rancho Cucamonga
SOQ: #24/25-501 Various On-Call Services
5.2 Geotechnical Engineering and Material Sampling/Testing
4.4 FIRM EXPERIENCE/QUALIFICATIONS
REPRESENTATIVE PROJECTS
KESSLER PARK DREAM FIELD
BLOOMINGTON, CALIFORNIA
Geocon performed a limited geotechnical investigation for the proposed Kessler
Park Dream Field located in Bloomington, California. The Kessler Park Dream Field Project is a $2.3 million ballpark
improvement plan. The planned Dream Field will enhance the community by providing a safer and more enjoyable
playing environment, improving spectator comfort, and modernizing the facilities with features like a new electronic
scoreboard and improved dugouts. These improvements foster greater community pride, inclusivity, and
engagement by creating a "Big League" atmosphere for a Little League facility. The upgraded field can inspire young
athletes, increase attendance at events, and serve as a hub for various community activities, ultimately
strengthening community spirit and cohesion.
The project consists of demolishing the existing ‘Ballfield No. 2’ and associated structures, and constructing new
hardscapes, ballfield fencing and netting, dugouts, bleachers, an electric scoreboard/announcement stand, and a
synthetic turf field with appropriate drainage.
Our geotechnical investigation report included several alternatives for the foundation of the park including shallow
spread foundations and deepened foundations. The choice between shallow and deep foundations allows for a
decision between cost and time, as well as longevity. In addition, we recommended that PVC, ABS, or other
approved plastic piping be used in lieu of cast iron when in direct contact with site soils due to the moderately
corrosive nature of the soils in the park.
REFERENCE
County of San Bernardino c/o
PSOMAS
1650 Spruce Street, Suite 400
Riverside, CA 92507
David Brotchie
Sr. Project Manager
949.378.8778
david.brotchie@psomas.com
KEY PERSONNEL
Neal Berliner, GE
Harry Derkalousdian, PE
Joseph Hicks, PE
Celine Treyes
PROJECT DURATION
April 2023-July 2023
GEOCON FEE
$15,000
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
RD-24-2248 Page - 5 - January 13, 2024
City of Rancho Cucamonga
SOQ: #24/25-501 Various On-Call Services
5.2 Geotechnical Engineering and Material Sampling/Testing
FIRE STATION 73 IMPROVEMENTS
TEMECULA, CALIFORNIA
A new gym and apparatus bay are proposed for Fire Station 73 located on
Commerce Drive in Temecula. Geocon reviewed the previous geotechnical investigation and construction reports
prepared for previous improvements at the station and provided the City with a geotechnical summary of useable
information from the reports and what additional information would be needed to address the geologic hazards
with respect to the proposed improvements.
Our investigation included small diameter geotechnical borings and percolation testing. We evaluated liquefaction
induced settlement and lateral spread potential with respect to the proposed improvements planned for the
western area of the site near Murrieta Creek. Based on our findings, we connected the City Project Engineer, Ms.
Bennetts, with ground improvement contractors to develop a plan and cost estimate for ground improvements
needed to construct the proposed improvements. We also discussed the possibility of moving the proposed
improvements to the east, away from the Murrieta Creek Embankment and out of the liquefaction and lateral
spread zone. Geocon continues to provide geotechnical support during planning and design of the project.
REFERENCE
City of Temecula
4100 Main Street
Temecula, California 92590
Shawna Bennetts
Associate Civil Engineer
951. 506.5167
Shawna.bennetts@temeculaca.gov
KEY PERSONNEL
Lisa Battiato, CEG
Ashleigh Love, PE
Steven Pigadiotis
PROJECT DURATION
January-February 2024
GEOCON FEE
$13,980
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
RD-24-2248 Page - 6 - January 13, 2024
City of Rancho Cucamonga
SOQ: #24/25-501 Various On-Call Services
5.2 Geotechnical Engineering and Material Sampling/Testing
RANCHERO ROAD WIDENING
HESPERIA, CALIFORNIA
Geocon collaborated with the City of Hesperia on the Ranchero Road Widening
Project, a $54 million initiative designed to enhance the efficiency and safety of
this vital east-west corridor. Ranchero Road currently serves over 15,000 motorists
daily, connecting a high-use city underpass and the interstate. With travel volume steadily increasing, the project
aims to reduce congestion, improve traffic flow, and enhance emergency response times.
This major roadway expansion spans approximately seven and a half miles and includes significant upgrades:
widening the roadway to two lanes in each direction with a center striped median, replacing corrugated metal pipe
drainage crossings with concrete reinforced box culverts, demolishing and rebuilding the bridge over the California
Aqueduct, and expanding the at-grade crossing at the Union Pacific Railroad tracks.
Since the project’s inception, Geocon has played an essential role, providing geotechnical engineering and
environmental services during the design phase, and continuing with testing, observation, and special inspections
during construction. Our expertise encompasses grading, utility trench backfill, materials testing, and ensuring
compliance with rigorous project specifications.
Collaborating closely with the City of Hesperia,
San Bernardino County, San Bernardino County
Transportation Authority, California Department
of Water Resources, and the contractor, Geocon
has been instrumental in supporting the project’s
success. Once completed, this will greatly improve
infrastructure reliability and traffic efficiency,
creating a safer and faster route for daily
commuters and emergency services alike.
REFERENCE
City of Hesperia
9700 Seventh Avenue
Hesperia, CA 92660
Tina Souza
Management Analyst
tsouza@cityofhesperia.us
760.244.2515
KEY PERSONNEL
Neal Berliner, GE
Phillip Stephens
PROJECT DURATION
June 2021 – Ongoing
GEOCON FEE
$645,200
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
RD-24-2248 Page - 7 - January 13, 2024
City of Rancho Cucamonga
SOQ: #24/25-501 Various On-Call Services
5.2 Geotechnical Engineering and Material Sampling/Testing
CITY OF ONTARIO: GEOTECHNICAL TESTING SERVICES
ONTARIO, CALIFORNIA
Geocon began providing testing, observation, and inspection services for multiple
projects with Murow DC for the City of Ontario after Murow asked Geocon to step
in and provide Quality Control testing for the Merrill Avenue Bridge Widening
project. Geocon was able to provide certified Caltrans inspectors and laboratories
to help the project follow Caltrans requirements. Following this project, Geocon
was invited by Murow to perform our services on other upcoming projects in the
City of Ontario. A summary of these projects is as follows:
MERRILL AVENUE BRIDGE WIDENING, ONTARIO, CALIFORNIA
The City of Ontario proposed to widen the existing Merrill Avenue Bridge over
Cucamonga Creek with a striped median in the middle of the bridge, and a bike
lane and multi-use trail on both sides of the bridge to accommodate vehicles,
pedestrians, and bicyclists in a safe manner. Geocon provided quality control
inspection and testing during construction of the widening of Merrill Avenue
bridge over the Cucamonga Wash in Ontario, California. The bridge widening
included demolition of a portion of the bridge to facilitate tie in with the new
structural portion, and construction of new CIDH piles, abutment footings and
walls, pier walls, embankment fills, wall backfill, approach fills, slope paving,
diaphragm construction, new bridge deck and sidewalks, approach slabs, and
asphalt paving. April 2021- July 2023
MERRILL AVENUE AND SULTANA AVENUE WET UTILITIES, ONTARIO, CALIFORNIA
Geocon provided geotechnical observation, special inspection and material testing services for the Merrill and
Sultana Avenues Wet Utility Improvements project. The project included construction of new wet utilities along
Merrill and Sultana Avenues, as well as portions of Euclid Avenue. Wet utilities include, but are not limited to,
construction of new cast-in-place (CIP), high-density polyethylene (HDPE), and reinforced-concrete-pipe (RCP)
storm drain; storm drain laterals, manholes, headwalls, and catch basins along Euclid and Merrill Avenues;
construction of new recycled and domestic water lines along Merrill Avenue; construction of new RCP and HDPE
storm drain, sewer main, recycled and domestic water lines on Sultana Avenue; and corresponding trench/street
restoration and paving improvements. April 2023-October 2024
MERRILL AVENUE STREET WIDENING, ONTARIO, CALIFORNIA
Geocon provided geotechnical observation and testing services for the Merrill Avenue Street Widening project. The
project included earthwork and roadway improvements for the widening of the southside of Merrill Avenue
between Euclid and Grove Avenues. Construction included grading for the widening, compaction of subgrade and
aggregate base for new roadway street section, as well as mill and overlay of existing asphalt concrete. May 2022-
June 2023
EUCALYPTUS AVENUE BRIDGE, ONTARIO, CALIFORNIA
Geocon provided geotechnical observation, special inspection and material testing services during construction of
the Eucalyptus Avenue bridge over Cucamonga Wash in Ontario, California. The project included construction of a
new bridge on Eucalyptus Avenue that extends over the Cucamonga Wash, and construction of new CIDH piles,
abutment footings and walls, embankment fills, wall backfill, approach fills, slope paving, diaphragm construction,
new bridge deck and sidewalks, approach slabs, and asphalt paving. March 2022-January 2024
REFERENCE
Ontario Land Ventures
C/o Murow DC
4450 Macarthur Blvd. Suite 100
Newport Beach, CA 92660
Greg Brooks,
Senior Project Manager
949.988.3270
gbrooks@murowdc.com
KEY PERSONNEL
Lisa Battiato, CEG
Kai Parker
PROJECT DURATION
April 2021 – Ongoing
GEOCON FEE
$347,793+ (to date)
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
RD-24-2248 Page - 8 - January 13, 2024
City of Rancho Cucamonga
SOQ: #24/25-501 Various On-Call Services
5.2 Geotechnical Engineering and Material Sampling/Testing
CITY OF CHINO: GEOTECHNICAL ENGINEERING SERVICES
CHINO, CALIFORNIA
Geocon is currently providing the City of Chino geotechnical, testing, observation,
and inspection services for six projects, including four water main replacement
projects, a storm drain replacement project, and a traffic signal improvement
project. Summaries of completed projects are as follows:
EDISON AVENUE TRAFFIC SIGNAL MODIFICATIONS, CHINO, CALIFORNIA
Geocon provided geotechnical observation and testing, concrete sampling and
materials testing services for the construction of the Edison Avenue Traffic Signal Modification project located in
Chino, California. Traffic signal and ADA improvements were made along Edison Avenue at the Ramona Avenue,
Yorba Avenue, and Monte Vista Avenue intersections. Work which required geotechnical observation and testing
included subgrade for replacement curb, gutter, sidewalks, ADA ramps, and roadway. We also performed concrete
inspection and sampling for new curb and gutter, ADA ramps, equipment pads and pole foundations. The purpose
of the geotechnical observations, concrete sampling and materials testing services was to evaluate whether the City
of Chino’s Quality Assurance Program (QAP) and the referenced project plans were followed. Concrete test
specimens were fabricated, transported, cured, and tested in general accordance with the applicable Caltrans Test
Method (CTM) procedures. The 28-day design strength was achieved in all samples. Aggregate base was tested in
general accordance with the applicable Caltrans Test Method (CTM) procedures. March 2020- April 2021
QUADRANT III, PHASE 2 WATER MAIN REPLACEMENTS, CHINO, CALIFORNIA
The water main rehabilitation project WA19B included replacement of water mains at the following roadways:
Cypress Avenue, Lemon Place, Lime Place, Orange Avenue, Aster Court, Williamsburg Place, Arlington Place, and
Marshall Avenue. The water lines were installed with the pipe invert at depths of 5 to 8 feet below the existing
pavement surface. Following installation of the water lines and backfill of the trenches, the pavement sections were
reconstructed with aggregate base and asphalt concrete. Geocon provided observation and testing services during
improvements. During the construction, compaction procedures were observed on a part-time, as-needed basis
and in-place density tests were performed to evaluate the relative compaction of the fill material using a nuclear
density gauge in accordance with ASTM D6938. Laboratory tests were performed on the backfill soil to evaluate
optimum moisture content and maximum dry density in accordance with ASTM D1557 and the Hveem density for
asphalt concrete in accordance with ASTM D1561. March 2020-August 2021
REFERENCE
City of Chino
13220 Central Avenue
Chino, CA 91710
Kevin Alamolhoda
Capital Improvement Program
909.464.8367
kalamolhoda@cityofchino.org
KEY PERSONNEL
Lisa Battiato, CEG
Phillip Stephens
Kai Parker
PROJECT DURATION
March 2020 – Ongoing
GEOCON FEE
$276,500 to date
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
RD-24-2248 Page - 9 - January 13, 2024
City of Rancho Cucamonga
SOQ: #24/25-501 Various On-Call Services
5.2 Geotechnical Engineering and Material Sampling/Testing
CITY OF ANAHEIM: ON-CALL MATERIALS TESTING, DEPUTY INSPECTION, &
ENVIRONMENTAL ENGINEERING SERVICES
ANAHEIM, CALIFORNIA
Geocon is currently contracted with the City of Anaheim to provide materials
testing, geotechnical engineering including analysis and testing, environmental
assessments, and review of environmental reports. Some of the projects we have
performed services on for the City are as follows:
RESIDENTIAL STREET IMPROVEMENT PROJECT, WILLOWBROOK AND RIVERDALE, GROUP 1
Geocon is currently providing as-needed geotechnical, material testing, and
inspection services during construction of pavement improvements in the
Willowbrook and Riverdale neighborhoods in Anaheim. The project entails
approximately 1,312,000 square feet of grind and overlay and 1,035,000 square
feet of slurry seal. Work which requires geotechnical and materials testing and
inspection services for the project includes Asphalt Concrete (AC) materials
sampling and laboratory testing; batch plant inspection; AC materials /
compaction testing; providing proactive feedback to the City Project Manager and
Contractor to identify areas that may affect the paving operation and recommend
alternatives to avoid potential delays; and maintaining effective records of
communication and material testing reports. October 2023-December 2023
MISCELLANEOUS WATER VAULTS
Geocon is currently providing as-needed geotechnical and material testing and inspection services during the
Miscellaneous Water Vaults 10, 29, 49, & 94 (RCP 2020-17927) and 26, 33, and 55 (RCP 2021-18474) capital
improvement projects. The projects generally consist of the rehabilitation and/or abandonment of seven total
miscellaneous water vaults located in the City of Anaheim. The scope of work consists of soils / aggregate inspection
and compaction testing; asphalt concrete (AC) inspection, compaction testing, and sampling; and structural or non-
structural concrete observation and strength testing. Geotechnical and materials and testing and inspection
services are anticipated to include observation of trench and excavation bottoms; observation as well as field and
laboratory testing of soil and aggregate material; observation as well as field and laboratory testing of asphalt
concrete; observation and testing of structural and non-structural concrete for pipe and elbow supports as well as
curb and gutter; providing proactive feedback to the City Project Manager and Contractor to identify areas that may
affect the paving operation and recommend alternatives to avoid potential delays; and maintaining effective
records of communication and material testing reports. August 2022-November 2023
ANAHEIM POLICE DEPARTMENT EVIDENCE YARD
Geocon performed geotechnical engineering services during the seismic retrofit of the Evidence Yard for Anaheim’s
Police Department. The project included new concrete curbs at column base plates, new steel straps, stiffening of
wind posts, and adding beam bottom flange lateral bracing. Our scope of work included observation of epoxy
application, observation of reinforcement and continuous concrete placement, concrete cylinder collection and
testing, and observation of pull testing of steel reinforcement. December 2022
STREET IMPROVEMENTS AMBOY GROUP 15
Geocon performed observation and testing services for the Amboy Group 15 residential street improvement project
in Anaheim, California. The project consists of improving the existing public right-of-way, including removing and
resurfacing asphalt, removal and reconstruction of ADA access ramps, concrete sidewalk, curb and gutter, and
driveway approaches. During the construction of street improvements our scope of work included observation of
compaction procedures, measuring temperatures of the asphalt concrete, and performing in-place density tests to
evaluate the relative compaction of the asphalt concrete using a nuclear density gauge in accordance with ASTM
Test Method D6938-10. October 2023-December 2023
REFERENCE
City of Anaheim
200 S. Anaheim Blvd., Suite 276
Anaheim, CA 92805
Lorenzo Rea
Project Manager
714.765.6893
lrea@anaheim.net
KEY PERSONNEL
Jelisa Thomas Adams, GE
PROJECT DURATION
May 2022 – Present
GEOCON FEE
$89,120
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
RD-24-2248 Page - 10 - January 13, 2024
City of Rancho Cucamonga
SOQ: #24/25-501 Various On-Call Services
5.2 Geotechnical Engineering and Material Sampling/Testing
PHELAN ROAD WIDENING AND REHABILITATION
SAN BERNARDINO COUNTY, CALIFORNIA
Geocon is currently providing geotechnical engineering services for the pavement
rehabilitation and widening of Phelan Road, in San Bernardino County. We
performed a geotechnical investigation to prepare a Geotechnical Design Report
(GDR) for the project. The project consists of approximately 12.1 miles of Phelan
Road to be rehabilitated and widened between State Route 138 (SR-138) and Los
Banos Avenue, in San Bernardino County, California. The rehabilitation and
widening will increase the traffic capacity of Phelan Road. Phelan Road primarily
serves the communities of Phelan and Hesperia, currently existing as an asphalt
concrete two-lane roadway with localized widened sections.
Our scope of work during the investigation included reviewing published geologic
maps; drilling one hundred twenty-two exploratory borings to depths ranging
between approximately 6 and 31½ feet, and logged and sampled the soil;
backfilling borings with soil cuttings; capping borings with a tamped asphalt
concrete cap consisting of Quality Pavement Repair cold-mix; performing
laboratory testing on the collected soil samples, which included maximum dry
density and optimum moisture content, grain size distribution, in-situ direct shear,
soil resistance value (R-value), and in-situ moisture and density; performing
engineering analyses to evaluate potential seismic hazards, slope stability, and
provide geotechnical recommendations; and preparation of a GDR to present our
conclusions and recommendations.
In addition to our geotechnical investigation, we are currently providing asbestos containing material and lead
containing paint surveys for two bridge structures in accordance with Caltrans requirements for environmental
services. Our scope of services include:
• Conduct a walkthrough inspection of the accessible portions of the structures to identify and inventory suspect
ACMs and potential LCP.
• Collect representative bulk samples of suspect ACM. Samples will be submitted using standard chain-of-custody
documentation to a laboratory accredited under the National Voluntary Laboratory Accreditation Plan (NVLAP)
for the analysis of asbestos in bulk material samples.
• Analyze suspect ACM samples collected during the survey on a standard five-day turnaround time using Polarized
Light Microscopy (PLM) using USEPA approved Methods. Results of analysis will be presented as estimated
percentages of asbestos by type (e.g., amosite, chrysotile, crocidolite).
• Collect bulk samples of potential LCP using techniques presented in United States Department of Housing and
Urban Development (HUD) guidelines. In addition, each painted area sampled will be evaluated for evidence of
deterioration such as flaking or cracking.
• Submit paint samples to a California-licensed and DPH-accredited laboratory for lead analyses in accordance
with EPA Test Method 601 OB under chain-of-custody protocol on a standard ten-day turnaround time.
Prepare and electronically deliver a draft copy of one ACM and LCP survey report for the bridge structure that will
include: a general property description; sample/laboratory analytical results; ACM and LCP quantities, types,
condition, and locations, photographs of identified ACM and LCP; and inspector/laboratory certification data. Air
photo-based site drawings illustrating approximate sample locations will also be included in the report.
REFERENCE
EXP U.S. Services, Inc.
451 East Vanderbilt Way, Suite 375
San Bernardino, CA 92408
Gabriel Rodriguez, PE
Vice President
909.751.3253
gabriel.rodriguez@exp.com
KEY PERSONNEL
Lisa Battiato, CEG
Andrew Shoashekan, PE
Luke Weidman, PG
PROJECT DURATION
June 2021-Ongoing
GEOCON FEE
$145,000
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
RD-24-2248 Page - 11 - January 13, 2024
City of Rancho Cucamonga
SOQ: #24/25-501 Various On-Call Services
5.2 Geotechnical Engineering and Material Sampling/Testing
BRIEF HISTORY OF FIRM AND OFFICES
Geocon is a California corporation that was established in 1971. We
are a professional engineering consulting firm providing
comprehensive geotechnical, geologic, construction inspection, and
environmental engineering and consulting services. In addition to
these services, we operate in-house soils and materials testing
laboratories and provide environmental remediation contracting
(cleanup) services.
Geocon has six offices located in Southern California, providing well-
positioned, geographic coverage to promptly, efficiently, and cost-
effectively service our clients’ needs. We employ a staff of over 350
technically strong, highly motivated engineers, geologists,
environmental scientists, technicians, and special inspectors. Our
managing principals are practicing professional geologists or engineers
who actively manage projects and assign and mentor technical staff.
Each office is supported by state-of-the-art inventories of field
equipment and instrumentation, comprehensive technical libraries,
and modern data-management systems. Laboratory testing services
are performed in an in-house soils and materials testing laboratory
accredited by the American Association of State Highway and
Transportation Officials (AASHTO), State of California Department of
Transportation (Caltrans), Cement and Concrete Reference Laboratory
(CCRL), Division of State Architect (DSA), and City of Los Angeles.
The average professional staff member has more than 10 years of
experience at Geocon alone and has sufficient training and experience
to respond to accelerated schedules without encountering procedural
problems or sacrificing the quality of work products Geocon is fully
staffed and responsive in meeting the needs of individual clients. Our
size is such that our trained professional, technical, and support staff
are able to respond quickly to varying task requirements and multiple
concurrent projects. This is achievable through Geocon’s unique
organizational structure that permits efficient, competent,
professional services for every project irrespective of the size or
complexity of the task. Associate level project review and oversight are provided for all projects.
Office Locations in California include:
Loma Linda Office*
24711 Redlands Blvd
Loma Linda, CA 92354
Burbank Office
500 N. Victory Boulevard
Burbank, CA 91502
Irvine Office
2807 McGaw Avenue
Irvine, CA 92614
Murrieta Office
41571 Corning Place, Suite 101
Murrieta, CA 92562
La Quinta Office
78-075 Main Street, #G-203
La Quinta, CA 92253
San Diego Corporate Office
6960 Flanders Drive
San Diego, CA 92121
Livermore Office
6671 Brisa Street
Livermore, CA 94550
Fairfield Office
2480 Hilborn Road, Suite 240
Fairfield, CA 94534
Rancho Cordova Office
3160 Gold Valley Drive, Suite 800
Rancho Cordova, CA 95742
*Annotates the office that will be providing services under this contract
FIRM OVERVIEW
TYPES OF SERVICES
Geotechnical Engineering
Engineering Geology
Construction Inspection
Soils and Materials Testing Laboratory
Environmental Services
LOCATIONS
San Diego (HQ) | San Diego County
Burbank | Los Angeles County
Irvine | Orange County
Loma Linda | San Bernardino County
Murrieta | Riverside County
La Quinta | Coachella Valley
Rancho Cordova | Sacramento County
Livermore | Alameda County
Fairfield | Solano County
DIR
NUMBER
YEAR
FOUNDED
NUMBER OF
EMPLOYEES
1000001899 1971 350+
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
RD-24-2248 Page - 12 - January 13, 2024
City of Rancho Cucamonga
SOQ: #24/25-501 Various On-Call Services
5.2 Geotechnical Engineering and Material Sampling/Testing
4.5 THIRD PARTY/SUBCONTRACTORS
REFERENCES
References are submitted as Exhibit H and are submitted separately on PlanetBids, per RFP instructions.
SPECIFIC ROLE AND RESUMES
GOLD CONSTRUCTION SERVICES
Gold Construction Services was established in April of 2016 and has been certified
as a Women Business Enterprise (WBE#12769) by the City of Los Angeles and is
qualified to work with prime contractors and government agencies. Gold
Construction Services has also been certified as a Disadvantaged Business
Enterprise (DBE#44677) by the California Department of Transportation (Caltrans)
which, among other things, ensures GCS can compete fairly for federally funded
Caltrans contracts to work on highway, transit, and airport projects.
Gold Construction Services is registered with the Department of Industrial
Relations (DIR#1000050149), ensuring employees are legally allowed to work in
the United States, provide a safe work environment, and earn a prevailing wage.
Gold Construction Services is also certified SBE (2009382), EBE, and VSBE. Gold
Construction Services (GCS) provides business owners, licensed contractors,
corporations, and government agencies with a wide array of field and
administrative support, including hand auguring, test pit excavation, and soil
sampling for geological and geotechnical studies.
THOMAS E. ROBINSON
PRESIDENT
As President of Gold Construction Services, Mr. Robinson is responsible for the management of Gold Construction
Services practices in Los Angeles, Orange, Santa Barbara, Ventura, and San Bernardino counties. He began this
professional career in 2016, gaining experience throughout Southern California. Mr. Robinson has expertise in
projects requiring deep hand auguring, soil sampling, and foundation exposures, as well as projects that require
concrete and asphalt patching. He has a strong background in leadership roles, management roles, and team
building. He manages larger contracts involving multiple crews while maintaining outstanding service on projects
with critical schedules and budgets.
SUBCONSULTANT’S PROJECT EXPERIENCE WITH GEOCON:
• County of San Bernardino: Mackay Park Pickleball Courts
• County of San Bernardino: Glen Hellen Waterslide
• City of Garden Grove: Harbor & Garden Grove Blvd
• City of Long Beach: 1858 Atlantic Avenue
• City of Newport Beach: 5700 Seashore Drive
• City of Pasadena: Playhouse District Park
• City of Pasadena: Washington Park Community House
• City of Pasadena: City Yard Pavement Coring
CERTIFICATIONS
-DIR #1000050149
-SBE #2009382
-WBE #12769
CONTACT INFORMATION
11557 Poema Place #102
Chatsworth, CA 91311T:
818.960.4007
gldconserv@gmail.com
SERVICE
Excavation and Soil Sampling
Services
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
RD-24-2248 Page - 13 - January 13, 2024
City of Rancho Cucamonga
SOQ: #24/25-501 Various On-Call Services
5.2 Geotechnical Engineering and Material Sampling/Testing
CHOICE DRILLING
Established in 2006, Choice Drilling, Inc. has become the one stop solution for
geotechnical and environmental drilling needs. Since its inception, Choice Drilling,
Inc has earned a reputation for on time scheduling, high quality and outstanding
service. Their employees are trained and qualified to do the job right the first time
and their equipment is serviced on a regular basis! Each team member is medically
monitored and holds a current Cal OSHA 40 Hour Hazardous Waste Training
Certificate. Choice Drilling Inc. has become one of the leading geotechnical,
environmental and construction drilling services in the Los Angeles and Ventura
area. Their dedication to quality and value is what makes Choice Drilling Inc. one
of the industry leaders. It is all about reputation and that is what Choice Drilling
Inc. has built and why Choice Drilling is the choice to clients. Their services include
but are not limited to:
Geotechnical Drilling Services
• Automatic Hammer Sampling
• Instrument Installation
• Wire-Line Sampling
• Observation Well Installation
• Oriented Continuous Core
• Well Abandonment
• Shelby Tube Sampling
• Instrument Abandonment
• Vapor Probes
Environmental Drilling Services
• Environmental Borings
• Wire Installations
• Well Developments
• Well Abandonment
• Groundwater Sampling
• Hydropunch
• Water sampling
• Vapor Probe
SEAN PICHINSON
PRESIDENT OF CHOICE DRILLING
CHOICE DRILLING (2006-PRESENT)
President of Choice Drilling. Mr. Pichinson is responsible for Geotechnical & Environmental Drilling including but
not limited to the following: Well Installations / Well Developments / Well Abandonments / Groundwater Sampling
/ Hydropunch / Vapor Probe Installations.
C&C CONSTRUCTION (1996-2006)
Served as a Driller at C&C Construction. Mr. Pichinson was responsible for Geotechnical & Environmental Drilling
including but not limited to the following: Well Installations / Well Developments / Well Abandonments /
Groundwater Sampling / Hydropunch / Vapor Probe Installations.
SUBCONSULTANT’S PROJECT EXPERIENCE WITH GEOCON:
• San Bernardino County: TV-2 Tower
• City of Culver City: Washington Stormwater
• City of Garden Grove: Woodbury Road Water Line
• Pomona: Garey Avenue
CERTIFICATIONS
-DIR #PW-LR-1000424272
CONTACT INFORMATION
11029 Sutter Avenue
Pacoima, CA 91331
T: 818.899.2021
F: 818.446.4751
SERVICE
Drilling
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
RD-24-2248 Page - 14 - January 13, 2024
City of Rancho Cucamonga
SOQ: #24/25-501 Various On-Call Services
5.2 Geotechnical Engineering and Material Sampling/Testing
SPECTRUM GEOPHYSICS
In 1985 Spectrum Geophysics began integrating utility locating technology with
geophysical methods to provide cost-effective solutions for environmental and
engineering problems. Spectrum Geophysics continues to set the standard for
utility locating and subsurface investigations for private and public projects
throughout the United States.
Spectrum Geophysics has been conducting Utility Location and Geophysical
Surveys for the Ports of Los Angeles and Long Beach for over 30+ Years. We have
worked on thousands of On-Call Projects including environmental support at Bulk
Fuel Terminals, the location of unknown piping and orphaned oil transmission lines
during Berth modifications, and full site geophysical investigations associated with
design-build projects for the rail lines.
LAURA CATHCART-DODGE, PGP
GEOPHYSICIST
Laura Cathcart-Dodge PGP is a California-licensed geophysicist and is an expert in both traditional and advanced
geophysical methods and has been with Spectrum Geophysics for over 20 years. Laura has a background specialty
in earthquake seismology and seismic methods for geotechnical earthquake assessment, as well as electrical
methods for a wide variety of groundwater applications. Laura also served on the Examination Committee for the
Board of Geologists and Geophysicists, State of California, from 2000 to 2010. Laura has a BS in Geology and an MS
in Geophysics and manages the Deep Investigation Team.
SUBCONSULTANT’S PROJECT EXPERIENCE WITH GEOCON:
• Santa Susana High School
• 4100 Riverside Drive
• 1125 Magnolia
• Wilson High School
• LAUSD: Verdugo Hills High School
• 4700 Huntington Drive
• Nimoy Theater Renovation
• 1018 South Hilgard
• 8721 S. Broadway
• Holly Street Bridge
• 202 Nash Street
• 2200 East Grand Avenue
• 1424 Deepwater Avenue
• 15314 Rayen Street
• 1235 Vine Street
• 3112 Wilshire Blvd
CERTIFICATIONS
-DIR #1000018546
-DUNS #184755122
-SBE #7893
CONTACT INFORMATION
8216 Lankershim Blvd., #12
North Hollywood, CA 91605
818.886.4500
rfp@spectrum-geophysics.com
SERVICE
Utility Locating
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
RD-24-2248 Page - 15 - January 13, 2024
City of Rancho Cucamonga
SOQ: #24/25-501 Various On-Call Services
5.2 Geotechnical Engineering and Material Sampling/Testing
GEOVISION
GEOVision Geophysical Services, a small California Corporation, offers state-of-the-art geophysical services using
the most modern techniques and instrumentation to provide cost-effective solutions to engineering and
environmental problems. The following summarizes their capabilities, and they welcome further inquiry at any time.
Additional information is also available on their website, http://www.geovision.com.
GEOVision services include geophysical measurement, analysis, and monitoring. They specialize in non-invasive
methods of investigation that may reduce the overall cost and liability in engineering and environmental projects.
The use of geophysics can provide a better understanding of the source, location, and migration of subsurface
contaminants; subsurface geologic and hydrologic conditions; subsurface infrastructure; engineering properties of
soil and rock; and earthquake hazard. Geophysics also has applications in archaeological investigations and
groundwater exploration programs. GEOVision also provides vibration monitoring services.
They provide information that helps clients reduce hazards to civil structures, systems, and environments. This
includes characterization and assessment, monitoring, and mitigation design. In doing so they emphasize the
highest quality and technical excellence, bridging the gap between scientific research and engineering application.
JOHN G. DIEHL
PRESIDENT
Mr. Diehl is the President GEOVision Geophysical Services. He has over 40 years
experience managing engineering and geophysical projects. His career path has
included a wide range of applications including geophysical instrumentation,
vibration studies applied to critical structures, seismic data acquisition and
analysis, and geophysical methods applied to construction, particularly nuclear
power plant projects. He is the author of numerous papers including co-editor of
“Use of Geophysical Methods in Construction”, an ASCE Geo-Institute Special
Publication. He is also overall Health and Safety Manager for GEOVision.
PACIFIC NORTHWEST NATIONAL LABORATORY, SITE CHARACTERIZATION PROJECT
Suspension P- and S-wave velocity measurements were obtained at 1/2m intervals
in four 1400 ft deep, open (un-cased) boreholes.
SPACE-BASED LASER PROGRAM SITE CHARACTERIZATION STUDIES: CAPE CANAVERAL,
REDSTONE ARSENAL, STENNIS SPACE CENTER
GEOVision competed the Site Characterization Studies for the Space Based Laser Program.. Included Borehole
geology and geophysics, SASW, Controlled Source Vibration Studies, and 7-day vibration monitoring tests at each
of three locations: Cape Canaveral, Redstone Arsenal, and Stennis Space Center.
NUMEROUS SITE CHARACTERIZATION PROJECTS FOR NUCLEAR CONDITIONAL OPERATING LICENSE (COL) APPLICATIONS 2006-2013
GEOVision was selected to participate in both surface and borehole site characterization studies for more than 50
separate projects during the previous 7 years. To underscore how special an honor this is, this represents more than
85% of the COL projects performed during this period. Diehl oversaw the health & safety, QA-QC, and general
Project Management for this work. The work included all types of borehole geophysics including multiple methods
of borehole velocity measurements, E-Logging, Caliper, N. Gamma, and Televiewer studies, as well as surface
geophysics such as SASW, MASW, Refraction, Reflection, and Resistivity surveys.
SUBCONSULTANT’S PROJECT EXPERIENCE WITH GEOCON:
• County of Los Angeles: Department of Public Works: El Monte Health Center
• City of Pasadena: Washington Park Community House
• City of Newport Beach: Newport Beach Junior Lifeguard Station
EDUCATION
- M.B.A., University of
California, Los Angeles,
1988
-M.S. in Engineering,
University of California, Los
Angeles, 1977
-B.S in Mechanical
Engineering, California
State Polytechnic
University, Pomona, 1976
REGISTRATIONS
-Civil Engineer, State of
California, No. 30362
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
RD-24-2248 Page - 16 - January 13, 2024
City of Rancho Cucamonga
SOQ: #24/25-501 Various On-Call Services
5.2 Geotechnical Engineering and Material Sampling/Testing
4.6 STAFF RESUMES AND ORGANIZATION CHART
ORGANIZATION CHART
An organizational chart is provided below to identify Geocon’s proposed team, the responsibilities of each team
member, and team member availability for prospective City of Rancho Cucamonga projects.
Subconsultants
Gold Construction
Spectrum Geophysics
Choice Drilling
GeoVision
Laboratory Testing
Phillip Stephens
Laboratory Manager
Contract Manager
Neal Berliner, GE
President/Principal Engineer
Geocon West, Inc.
City of Rancho Cucamonga
Key Professional Staff
Jelisa Adams, GE
Vice President/Principal Engineer
Gerald Kasman, CEG
Vice President/Principal Geologist
Lisa Battiato, CEG, AMP, LEED AP
Senior Geologist/Regional Manager IE
Harry Derkalousdian, PE
Project Engineer
Adrian Rene Escobar, PG
Project Geologist
Key Field Staff
Kai Parker
Staff Professional /Field
Supervisor
Jeffrey Palzer
Inspector
Erik Bezanson
Inspector
Carlos Reyes
Inspector
Project Manager
Michael Cazeneuve, GE, CEG
Senior Engineer/Geologist
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
RD-24-2248 Page - 17 - January 13, 2024
City of Rancho Cucamonga
SOQ: #24/25-501 Various On-Call Services
5.2 Geotechnical Engineering and Material Sampling/Testing
RESUMES
MICHAEL A. CAZENEUVE, GE, CEG
ROLE WITHIN ON-CALL: PROJECT MANAGER
Mr. Cazeneuve has over 25 years of experience as project
engineer / geologist in the Southern California area. He has
served as project manager and consultant on a variety of
geologic, geotechnical, and foundation engineering projects.
His experience includes planning and implementing geologic
and geotechnical engineering investigations, providing
geotechnical consultation during project construction,
supervising field engineering technicians, preparing
construction summary reports, supervising geotechnical
laboratory operations, client development and marketing.
Project experience includes university and studio related facilities, public and
private school structures, multi-story commercial / retail / office buildings (low,
mid, and high-rise structures), regional shopping centers, industrial parks,
adaptive re-use developments, at-grade and subterranean parking structures,
multi-family housing developments (apartments, condominiums, townhomes),
additions to single family residences and commercial structures, public
infrastructure improvements (underground pipelines, water storage tanks, pump
stations,). Recent experience includes:
OCEANSIDE WATER UTILITIES DEPARTMENT, SAN LUIS REY WATER RECLAMATION FACILITY
(SLRWRF) RECYCLED WATER TREATMENT PLANT, OCEANSIDE, CALIFORNIA
Project manager, senior engineer, and engineering geologist for geotechnical design of the 3.0 MGD recycled water
treatment plant and 2 MG storage reservoir located within the SLRWRF. Subsurface conditions consist of shallow
groundwater and deep soft alluvial soil deposits. Project challenges include substantial settlement of the proposed
improvements due to deep soft soils and the potential for liquefaction of the underlying soils.
OCEANSIDE WATER UTILITIES DEPARTMENT, SAN LUIS REY WATER RECLAMATION FACILITY (SLRWRF) PURE WATER OCEANSIDE –
ADVANCED WATER PURIFICATION FACILITY, OCEANSIDE, CALIFORNIA
Project manager, senior engineer, and engineering geologist for geotechnical design of a one-story concrete tilt up
water purification facility, with multiple below grade wet well structures. Subsurface conditions consist of shallow
groundwater and deep soft alluvial soil deposits. Project challenges include substantial settlement of the proposed
improvements due to deep soft soils, filling of an abandoned storage pond, and the potential for liquefaction of the
underlying soils.
OCEANSIDE WATER UTILITIES DEPARTMENT, UPPER AND LOWER SAN LUIS REY RECYCLED WATER CONVEYANCE SYSTEMS.
OCEANSIDE, CALIFORNIA
Project Manager, senior engineer, and engineering geologist for geotechnical and geologic design of approximately
34 miles of underground pipeline and multiple recycled water storage reservoirs. Project includes a wide range of
subsurface soil and groundwater conditions, geologic conditions, and seismic hazards throughout the City of
Oceanside.
YEARS WITH GEOCON
-1 year
REGISTRATIONS
-CA: Certified Engineering
Geologist
No. 2546
-CA: Professional Engineer in
Geotechnical Engineering
No. 3114
-CA: Professional Engineer in
Civil Engineering
No. 71490
-CA: Professional Geologist
No. 8589
EDUCATION
- BS, Geology, University of
California, Davis
ORGANIZATIONS
-California Geotechnical
Engineers Association
(CalGeo – Past President)
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
RD-24-2248 Page - 18 - January 13, 2024
City of Rancho Cucamonga
SOQ: #24/25-501 Various On-Call Services
5.2 Geotechnical Engineering and Material Sampling/Testing
NEAL BERLINER, GE
ROLE WITHIN ON-CALL: CONTRACT MANAGER
As President of Geocon West, Mr. Berliner is responsible for
the management of Geocon’s technical practice in Los
Angeles, Orange, Riverside, and San Bernardino counties. He
began his professional career in 1992, gaining geotechnical
engineering experience throughout Southern California. His
experience encompasses a wide range of projects for both
public and private sector clients and includes multi-story
office buildings, regional shopping centers, parking
structures, sound stages, studio facilities, educational
facilities, mixed-use and multi-family residential
developments, large-scale land developments, roadways, paving rehabilitation,
bridges, pipelines, solar fields, and more.
Mr. Berliner manages large on-call contracts involving both geotechnical and
special inspection services and has a reputation for providing creative geotechnical
solutions as well as maintaining outstanding service on projects with critical
schedules and budgets. His experience includes:
SAN BERNARDINO COUNTY DEPARTMENT OF PUBLIC WORKS, MACKAY PARK PICKLEBALL
COURT, LAKE ARROWHEAD, CALIFORNIA
Geocon performed a geotechnical investigation for the proposed pickleball courts
and associated improvements located at Mackay Park in the City of Lake
Arrowhead, California. An asphalt-paved parking lot, basketball courts, a volleyball
court, exercise equipment, pickleball courts, and restrooms occupy the site. The
proposed improvements consisted of adding five pickleball courts; two adjacent to existing pickleball play courts
and three replacing the existing volleyball court. Ancillary improvements include the removal of existing exercise
equipment and reinstalling at other locations throughout the site (generally near existing walkways), as well as the
realignment of walkways to accommodate the new pickleball courts. Our scope of services included site
reconnaissance, field exploration, laboratory testing, engineering analysis, and report preparation. Mr. Berliner
reviewed the reports, including the geotechnical report, for the client.
ANAHEIM FIRE STATION 12, ANAHEIM, CALIFORNIA
Mr. Berliner was the Project Engineer who was responsible for the geotechnical design of the new fire station for
the City of Anaheim. The proposed development consisted of a two-story, 14,000-square-foot fire station with
associated parking, driveways, and ancillary structures. Mr. Berliner prepared the comprehensive geotechnical
investigation report while working closely with the design team.
COUNTY OF LOS ANGELES DEPARTMENT OF PUBLIC WORKS, AS-NEEDED GEOTECHNICAL ENGINEERING, MATERIALS TESTING, &
INSPECTION SERVICES CONTRACTS
Mr. Berliner has nine years of experience managing Public Works projects through three as-needed contracts for
geotechnical engineering, materials testing, and inspection services. To date, Geocon has performed $3.5 million in
geotechnical engineering and materials testing services on over 70 County projects consisting of parks, medical
facilities, libraries, fire stations, parking structures, animal shelters, and various other County structures. Mr.
Berliner is the primary point of contact with the County and provides quality control over all technical documents
and field activities. Additionally, he manages project budgets and schedules during both the design and construction
phases of projects.
YEARS WITH GEOCON
-33 years
REGISTRATIONS
-CA: Geotechnical Engineer,
No. 2576
-CA: Professional Engineer,
Civil, No. 57123
CERTIFICATIONS
-Radiation Safety Officer
-Nuclear Density Gauge
EDUCATION
-BS, Civil Engineering, San
Diego State University
ORGANIZATIONS
-CalGeo
-American Society of Civil
Engineers
-American Society of
Foundation Engineers
-U.S. Green Building Council
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
RD-24-2248 Page - 19 - January 13, 2024
City of Rancho Cucamonga
SOQ: #24/25-501 Various On-Call Services
5.2 Geotechnical Engineering and Material Sampling/Testing
JELISA ADAMS, GE
ROLE WITHIN ON-CALL: KEY PROFESSIONAL STAFF
Ms. Adams has 18 years of experience performing
and managing geotechnical investigations throughout
the Orange County, Los Angeles, San Diego, and San
Bernardino areas. Her experience encompasses a wide
range of projects including public infrastructure, city and
state facilities, commercial and residential
developments, educational institutions, multi-story
structures with subterranean parking levels, seismic
upgrades and retrofits, and the installation and monitoring
of geotechnical instrumentation. As a senior engineer, Ms.
Adams is responsible for all aspects of project
management, including the coordination and execution of field exploration
programs, assignment of laboratory testing, review and interpretation of test
results, engineering analysis, the evaluation of stormwater infiltration rates, the
preparation of technical reports and letters, and maintain project schedules and
budgets. Recent experience includes:
SAN BERNARDINO COUNTY, PARKING LOT REHABILITATION, SAN BERNARDINO, CALIFORNIA
Geocon provided a parking lot pavement evaluation for the San Bernardino County
Real Estate Services Department’s rehabilitation project. The proposed project will
consist of the removal and reconstruction of the pavement section for the existing
parking lots. As the Project Manager, Ms. Adams provided quality control over the
site assessment and pavement improvements.
LOS ANGELES COUNTY, DEPARTMENT OF PUBLIC WORKS, FIRE STATION 162 DORMITORY ADDITION, HAWTHORNE, CALIFORNIA
Geocon performed a geotechnical investigation for the design and expansion of an existing fire station, which
included the addition of a new dormitory building. Ms. Adams was a Project Engineer and was responsible for the
execution of the field exploration program, assignment of laboratory testing and the preparation of the
geotechnical investigation report.
CITY OF ANAHEIM, RESIDENTIAL STREET IMPROVEMENTS PROJECT, WILLOWBROOK AND RIVERDALE, GROUP 1, ANAHEIM,
CALIFORNIA
Geocon is currently providing as-needed geotechnical, material testing, and inspection services during construction
of pavement improvements in the Willowbrook and Riverdale neighborhoods in Anaheim as part of our on-call
contract with the City. The project entails approximately 1,312,000 square feet of grind and overlay and 1,035,000
square feet of slurry seal. Work which requires geotechnical and materials testing and inspection services for the
project includes Asphalt Concrete (AC) materials sampling and laboratory testing; batch plant inspection; and AC
materials / compaction testing. Ms. Adams serves as the project manager and provides quality control over all
geotechnical reports, construction inspection services, and provides team management.
CITY OF ANAHEIM, WATER VAULTS 10, 29, 49, & 94, ANAHEIM, CALIFORNIA
Geocon performed geotechnical and material testing and inspection services during the Miscellaneous Water Vaults
capital improvement project. The proposed project consisted of the rehabilitation and abandonment of four
different water vaults located in the City of Anaheim. Our scope of work included soils and aggregate inspection
and compaction testing; asphalt concrete inspection, compaction testing, and sampling; and structural concrete
observation and strength testing. Ms. Adams served as project manager and provided geotechnical consultation to
the design and construction team and prepared the report consisting of our results of the site grading, foundation
installation, and materials testing.
YEARS WITH GEOCON
-18 years
REGISTRATIONS
-CA: Geotechnical Engineer,
No. 3092
-CA: Professional Engineer,
Civil, No. 74946
CERTIFICATIONS
-Geokon Certified Instrument
Installer
-Nuclear Density Gauge
-OSHA 40-Hour
-OSHA 8-Hour Refresher
-Radiation Safety Officer
EDUCATION
-BS, Structural Engineering,
University of California, San
Diego, 2006
ORGANIZATIONS
-ASCE
-ASFE
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
RD-24-2248 Page - 20 - January 13, 2024
City of Rancho Cucamonga
SOQ: #24/25-501 Various On-Call Services
5.2 Geotechnical Engineering and Material Sampling/Testing
GERALD KASMAN, CEG
ROLE WITHIN ON-CALL: KEY PROFESSIONAL STAFF
Mr. Kasman has 37 years of professional experience
performing and managing multidisciplinary geotechnical
investigations for major developments including tunnel
and pipeline alignments, embankments, transportation
infrastructure, and residential, commercial, and municipal
projects. Mr. Kasman’s technical experience with projects
requiring complex geological studies includes fault rupture
hazard investigations, seismicity and ground motion
studies, geophysical surveys, slope stability investigations,
and geologic hazard evaluations. As such, he has extensive
experience in detailed field mapping, aerial photograph
interpretation, continuous-core logging of rock and alluvial deposits, trenching,
downhole logging, tunneling, and instrumentation. Mr. Kasman is responsible for
the development of technical scopes for investigations, training and resourcing of
personnel, maintaining project schedules and budgets, complex engineering
geology and seismic studies, and preparation of technical reports and letters. His
experience includes:
METROPOLITAN WATER DISTRICT OF SOUTHERN CALIFORNIA, INLAND FEEDER PIPELINE
PROJECT, SAN BERNARDINO COUNTY, CALIFORNIA
Mr. Kasman was the Project Geologist for the geotechnical investigation at the
Santa Ana River Wash Tunnel Segment of the Inland Feeder Pipeline Project.
Geologic services included a comprehensive literature review, aerial photograph
analysis, geologic mapping, geophysical survey, exploratory trench logging,
geologic/seismic hazards evaluation, and report preparation.
LACDPW, FIRE STATION 69, TOPANGA, CALIFORNIA
Geocon designed an onsite replacement sewage disposal system at Fire Station 69 to replace the existing
nonfunctioning system. Mr. Kasman was the project manager and senior geologist. He worked closely with the Fire
Department and LACDPW to provide geologic recommendations for the design of the new disposal system.
LACDPW, FIRE STATION 162, HAWTHORNE, CALIFORNIA
Geocon performed a geotechnical investigation for the design of an expansion to the existing fire station, which
included the addition of a new dormitory building. Mr. Kasman was the senior geologist responsible for developing
the scope of work, performing quality control oversight of the field exploration program, and conducting geologic
analysis for report preparation.
LA LOMA STREET BRIDGE RECONSTRUCTION, PASADENA, CALIFORNIA
Geocon performed a geotechnical investigation and core drilling and logging to determine the depth to the
underlying Topanga Formation bedrock and the quality of bedrock at the depth of the pile tip. Mr. Kasman oversaw
the drilling, logging, and sampling of six rock core borings advanced by a truck-mounted rotary drilling machine to
a maximum depth of 77 feet beneath the bridge deck. The bedrock was continuously cored from the bedrock
contact to the total depth of the borings using a combination of wire-line and CME dry core methods. Mr. Kasman
also provided quality control oversight of a summary report with a map showing the location of core borings,
geologic logs of the subsurface materials encountered during drilling, and photographs recovered from the cores.
YEARS WITH GEOCON
19 years
REGISTRATIONS
-CA: Certified Engineering
Geologist, No. 2251
-CA: Professional Geologist,
No. 7195
CERTIFICATIONS
-PEC SafeLand Certified
-Geokon Certified Instrument
Installer
-OSHA: 40-Hour
-OSHA 8-Hour Refresher
-MSHA PT 48
EDUCATION
-BA, Earth Science, California
State University, Northridge,
1993
-Post Graduate Studies
Engineering Geology
ORGANIZATIONS
-Association of Engineering
Geologists
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
RD-24-2248 Page - 21 - January 13, 2024
City of Rancho Cucamonga
SOQ: #24/25-501 Various On-Call Services
5.2 Geotechnical Engineering and Material Sampling/Testing
LISA BATTIATO, CEG
ROLE WITHIN ON-CALL: KEY PROFESSIONAL STAFF
Ms. Lisa Battiato has more than 28 years total of experience
providing geologic consulting services throughout California.
Her experience encompasses a wide range of projects
including transportation and water infrastructure;
educational, medical, commercial, and industrial facilities;
mixed-use and multi-family residential developments; and
other large-scale land developments. Her technical expertise
includes seismic hazard analyses; subsurface fault, landslide,
liquefaction, and geotechnical investigations and
assessments; geologic mapping; pavement distress
mitigation; geotechnical services during utility installation and roadway
construction; geologic evaluations of levee stability; project management services
for large, hillside grading projects; and supervision of materials testing services
during construction. Ms. Battiato has been actively involved in determining
methods and designs necessary for slope stabilization, seepage, mitigation of
collapsible soils, induced soil settlement, expansive soils, subsurface dewatering,
and drainage. Some of her relevant project experience includes:
SAN BERNARDINO COUNTY, ON-CALL SOILS & MATERIALS TESTING AND INSPECTION SERVICES,
SAN BERNARDINO, CALIFORNIA
Ms. Battiato provided project management for San Bernardino County on call
contract to provide soils and materials testing and inspection to augment County
staff. Ms. Battiato worked with Mr. J.D. Gayman on the 29th Street Basin and
Cactus Basin. Geocon worked as an extension of County staff and alongside other
consulting firms to provide professional, timely, and efficient testing services. The
County requested the project consultant to hire Geocon as a subcontractor to continue to provide testing services
for the project after the County’s budget ran out.
STREET IMPROVEMENTS CRAFTON AVENUE, SAN BERNARDINO COUNTY, DEPARTMENT OF PUBLIC WORKS, CONTRACTS DIVISION,
MENTONE, CALIFORNIA
As the project manager for the Street Improvements project in Mentone for San Bernardino County, Department
of Public Works, Ms. Battiato was responsible for developing the scopes of work, performing quality control
oversight of testing and inspection services, and authoring reports and letters. Geocon provided geotechnical
observation and materials testing during mil and overlay and reconstruction of several roadways in the Mentone
area of San Bernardino County, California. The project included replacement of approximately 10,000 linear feet of
roadways, grind and overlay of approximately 15,750 linear feet of roadways and the construction of 19 new ADA
access ramps in the Mentone area of San Bernardino County. The project also included but was not limited to the
localized cement treatment of subgrade, compaction of soil subgrade for roadways and ADA curb ramps,
compaction of aggregate base, placement and compaction of asphaltic concrete.
BEAR VALLEY ROAD BRIDGE, HESPERIA, CALIFORNIA
Geocon performed a geotechnical investigation for the widening of Bear Valley Bridge in Hesperia, California.
Project challenges included drilling within an active stream bed with respect to fish and wildlife restrictions and
timing with respect to dam outlets within the channel. Permitting had to be done through several agencies including
the Town of Apple Valley, City of Hesperia, and San Bernardino Flood Control. Due to Ms. Battiato’s project
management, we accomplished the geotechnical work in compliance with all of the various agencies.
YEARS WITH GEOCON
-17 years
REGISTRATIONS
-CA: Certified Engineering
Geologist, No. 2316
-CA: Professional
Geologist,
No. 7512
CERTIFICATIONS
-Accredited Pavement
Manager
-LEED Accredited
Professional
-Envision Sustainability
Credential
-Geothermal Professional
-OSHA 40-Hour
EDUCATION
-BS, Geology, University of
California, Riverside
PROFESSIONAL ORGANIZATIONS
-APWA
-AEG
-ASCE
-Cal APA
- IGS
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
RD-24-2248 Page - 22 - January 13, 2024
City of Rancho Cucamonga
SOQ: #24/25-501 Various On-Call Services
5.2 Geotechnical Engineering and Material Sampling/Testing
HARRY DERKALOUSDIAN, PE
ROLE WITHIN ON-CALL: KEY PROFESSIONAL STAFF
Mr. Derkalousdian has a total of 20 years of experience as an
engineer in Southern California and has extensive
experience working in Los Angeles, Ventura, and Orange
counties. Mr. Derkalousdian leads a team of engineers and
has natural leadership abilities. He is responsible for the
direction of his engineering team, project management,
coordination and execution of field exploration programs,
assignment of laboratory testing, review and interpretation
of laboratory testing results, engineering analysis, the
preparation of technical reports and letters, and providing
geotechnical recommendations during construction. His experience includes city
and state facilities, commercial and residential developments, educational
institutions, multi-story structures with subterranean parking levels, and forensic
studies. In addition, he has experience in multiple software applications including
computer-aided drafting, spreadsheet design, word processing, and more. His
relevant project experience includes:
CITY OF LOS ANGELES, DEPARTMENT OF PUBLIC WORKS, GEOTECHNICAL ENGINEERING GROUP OF THE BUREAU OF ENGINEERING,
ON-CALL GEOTECHNICAL & ENVIRONMENTAL CONSULTANT LIST
Geocon was selected by the City of Los Angeles Bureau of Engineering to provide geotechnical and environmental
services for various public works projects. Mr. Derkalousdian is a Project Manager and is responsible for
communicating with the Geotechnical Engineering Group, delegating responsibilities to junior staff, executing field
exploration programs, assigning laboratory testing, performing engineering analysis, and preparing technical
reports and letters. Mr. Derkalousdian provided project management services for 1st and Broadway Civic Center
Park, Channel 35 Television Studio and Office Relocation, Venice Beach/Rose Avenue Restroom Replacement, and
the Whitsett Park Soccer Fields project.
COUNTY OF LOS ANGELES DEPARTMENT OF PUBLIC WORKS, ON-CALL GEOTECHNICAL ENGINEERING, MATERIALS TESTING, &
INSPECTION SERVICES CONTRACTS
Mr. Derkalousdian has provided geotechnical engineering services on three as-needed contracts for geotechnical
engineering, materials testing, and inspection services. To date, Geocon has provided $3.5 million in geotechnical
engineering and materials testing services on over 70 County projects consisting of parks, medical facilities, libraries,
fire stations, parking structures, animal shelters, and various other County structures. As a Project Engineer, Mr.
Derkalousdian is responsible for the coordination and execution of field exploration programs, assignment of
laboratory testing, engineering analyses, preparation of technical reports and letters, and mentoring of staff-level
professionals.
CITY OF LOS ANGELES BUREAU OF ENGINEERING, ON-CALL GEOTECHNICAL & ENVIRONMENTAL CONSULTANT LIST
Geocon was selected by the City of Los Angeles Bureau of Engineering to provide geotechnical and environmental
services for various public works projects. Mr. Derkalousdian is a Project Manager and is responsible for
communicating with the Geotechnical Engineering Group, delegating responsibilities to junior staff, executing field
exploration programs, assigning laboratory testing, performing engineering analysis, and preparing technical
reports and letters. Mr. Derkalousdian provided project management services for 1st and Broadway Civic Center
Park, Channel 35 Television Studio and Office Relocation, Venice Beach/Rose Avenue Restroom Replacement, and
the Whitsett Park Soccer Fields project.
YEARS WITH GEOCON
-20 years
REGISTRATIONS
-CA: Professional Engineer,
Civil, No. 79694
CERTIFICATIONS
-Nuclear Density Gauge
EDUCATION
-BS, Civil Engineering,
California State University,
Northridge
ORGANIZATIONS
-CalGeo
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
RD-24-2248 Page - 23 - January 13, 2024
City of Rancho Cucamonga
SOQ: #24/25-501 Various On-Call Services
5.2 Geotechnical Engineering and Material Sampling/Testing
ADRIAN RENE ESCOBAR, PG
ROLE WITHIN ON-CALL: KEY PROFESSIONAL STAFF
Mr. Escobar has a total of 8 years of experience performing
Phase I Environmental Site Assessments, aerially deposited
lead surveys, and geotechnical instrumentation installation
and monitoring projects throughout the Orange County and
Los Angeles area. His experience encompasses a wide range
of projects including public infrastructure, city and state
facilities, commercial and residential developments,
educational institutions, and multi-story structures with
subterranean parking levels. As a Staff Geologist, Mr.
Escobar is responsible for the coordination and execution of field exploration
programs, assignment of laboratory testing, review and interpretation of test
results, and the preparation of technical reports and letters. Recent experience
includes:
LA SIERRA WATERLINE RELOCATION, RIVERSIDE, CALIFORNIA
Geocon performed a geotechnical investigation for the planned relocation of a portion of an existing 30-inch-
diameter steel waterline, and the construction of a 12-foot by 7-foot concrete box culvert system. Western
Municipal Water District (WMWD) requested we provide our services during the relocation of a portion of an
existing concrete-lined stormwater channel, located south of the intersection of Vista Terrace and La Sierra Avenue,
in the City of Riverside. Our services included preparing a geotechnical investigation report, which presented our
findings, conclusions, and recommendations as they pertained to the geotechnical aspects of the proposed
waterline and box culvert improvements. Mr. Escobar presented comprehensive data analysis and insights for the
project.
CITY OF WILDOMAR, PARK AND CITY HALL PHASE I ENVIRONMENTAL SITE ASSESSMENTS, WILDOMAR, CALIFORNIA
The City of Wildomar contacted Geocon to provide Phase 1 Environmental Reports for both a city park and the city
hall. We performed the Phase I ESA to assess the site for the potential presence of recognized environmental
conditions (REC) pursuant to applicable guidelines. Mr. Escobar helped author the Phase I ESA Report which
describes the methodology and presents our findings, opinions, and conclusions.
PALM CANYON EMERGENCY LEVEE RESTORATION, PALM SPRINGS, CALIFORNIA
Geocon performed a geotechnical investigation and geotechnical inspection and testing services during the
emergency levee restoration of Palm Canyon Wash Stage 93 in Palm Springs, California. Riverside County Flood
Control (RCFC) requested we provide our services during the repair and restoration of existing damaged levee
sections in addition to facility scour protection below the channel bottom. The scope of our services included
performing observation and density testing of levee embankment fill and slopes before the placement of concrete
slope protection, observation, and approval of footing excavation bottoms before placing toe-down footings, in-
place density tests on the earth materials placed and compacted, laboratory tests to aid in evaluating the
compaction characteristics of soil types used for fill, concrete inspection, and sampling for RCFC. Mr. Escobar
presented comprehensive data analysis and insights for the project.
CALTRANS HAZARDOUS WASTE IDENTIFICATION/REMOVAL SERVICES, CALTRANS DISTRICTS 7 AND 12, LOS ANGELES, VENTURA AND
ORANGE COUNTIES, CALIFORNIA
Mr. Escobar is responsible for preparation of health and safety plans, collection of soil samples, laboratory
assignments, data evaluation and reporting. Under this emergency on-call contract with Caltrans Mr. Escobar has
assisted with three projects requiring collection and analyses of soil samples from in-situ or stockpiled soil. These
assessments were performed to address potential contaminants of concern in soil for waste characterization and
worker health and safety concerns.
YEARS WITH GEOCON
-5 Years
REGISTRATIONS
-CA: Professional Geologist
No. 10132
CERTIFICATIONS
-40-Hour HAZWOPER
EDUCATION
-BS, Geology, California State
University Fullerton
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
RD-24-2248 Page - 24 - January 13, 2024
City of Rancho Cucamonga
SOQ: #24/25-501 Various On-Call Services
5.2 Geotechnical Engineering and Material Sampling/Testing
PHILLIP STEPHENS
ROLE WITHIN ON-CALL: LABORATORY MANAGER
Mr. Phillip Stephens has a total of 13 years of experience
performing quality assurance testing in the lab and the field.
He is experienced in calibrating lab and field equipment,
overseeing training and evaluating the performance of
technicians, and maintaining laboratory accreditations from
AASHTO, AMRL, CCRL, Caltrans, DSA, and OSHPD. Other
laboratory experience includes testing of structural steel,
tensile and proof load testing, tensile and bend testing of
rebar, strain/tensile testing of uncoated seven-wire for pre-
stressed concrete, compression testing of masonry and
masonry prisms, and testing of masonry block absorption and linear shrinkage. In
addition, Mr. Stephens is experienced in performing field testing of concrete,
locating rebar, pull testing epoxy installed rebar/all thread, determining the moisture vapor emission rate of
concrete and the rebound number of hardened concrete, and testing of spray-applied fireproofing materials. His
experience includes:
CITY OF NEWPORT BEACH DPW, ON-CALL GEOTECHNICAL ENGINEERING, MATERIALS TESTING & INSPECTION CONTRACT
Geocon is currently performing on-call geotechnical, materials, testing, and inspection services contract with the
City of Newport Beach. Geocon has completed investigations on pavement restoration projects and miscellaneous
public improvement repair and has provided geotechnical and materials inspection and testing services for asphalt
pavement and concrete placement. Mr. Stephens is responsible for supervising the performance of laboratory tests
on soil and materials samples by both Greenbook and Caltrans guidelines, depending on project requirements, and
performs batch plant inspections, and testing in the field by Caltrans testing procedures.
CITY OF PASADENA DEPARTMENT OF PUBLIC WORKS, ON-CALL SOILS & MATERIALS TESTING SERVICES CONTRACT
Geocon is currently performing on-call geotechnical and materials testing services for various roadways and other
Public Works projects. Mr. Stephens is responsible for supervising the performance of laboratory tests on soil and
materials samples in accordance with both Greenbook and Caltrans guidelines, depending on project requirements,
and performs batch plant inspections, and testing in the field in accordance with Caltrans testing procedures.
COUNTY OF SAN BERNARDINO PUBLIC WORKS, CACTUS BASINS DAM CONSTRUCTION
Mr. Stephens provided laboratory testing for Cactus Basins 1 through 3 in 2016 through 2017. Geocon was then
selected to provide geotechnical observation and testing and materials testing and inspection for the next phase
Cactus Basins 4 & 5. The project includes the construction of embankment fills in accordance with DSOD
requirements between large flood control basins south of the Foothill Freeway (210) and east of Ayala Drive in
Rialto, California.
RANCHERO ROAD WIDENING, HESPERIA, CALIFORNIA
Geocon performed materials testing and inspection services for the Ranchero Road Widening Project in Hesperia,
California. The Ranchero Road Widening project, aimed at improving a major east-west corridor catering to over
15,000 daily motorists, focused on a five-mile stretch between the underpass and interchange. The project's
objective was to alleviate roadway congestion, accommodate increased travel demand, and enhance emergency
vehicle response times. Mr. Stephens, as laboratory manager, conducted coring concrete and asphalt paving,
reporting laboratory test results, observing concrete and grout pours, inspecting batch plants, and sampling R-
Values for subgrade, base, and asphalt concrete.
YEARS WITH GEOCON
-9 years
CERTIFICATIONS
-ACI Strength Testing of
Concrete
-ACI Field Testing of
Concrete
-ACI Base Testing
-ACI Aggregates 1 & 2
-ACI Laboratory 1 & 2
-CT: 106, 125, 504, 518, 521,
523, 533, 539, 540, 556, 557
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
RD-24-2248 Page - 25 - January 13, 2024
City of Rancho Cucamonga
SOQ: #24/25-501 Various On-Call Services
5.2 Geotechnical Engineering and Material Sampling/Testing
KAI PARKER
ROLE WITHIN ON-CALL: KEY FIELD STAFF
Mr. Kai Parker has a total of 22 years of experience at Geocon
providing client coordination and scheduling services,
preparing technical reports and letters, training and
maintaining technician standards, and performing soil and
materials testing services during construction. He prides
himself on his strong work ethic and his ability to work as an
extension of clients’ staff. He can read and understand
construction plans and specifications as well as effectively
communicate with contractors, engineers, and public officials. Mr. Parker has a clear
understanding of construction procedures, techniques, and practices and always abides by
applicable safety regulations and policies. Every client he works with greatly appreciates his diligence and
professionalism and gives him rave reviews. Mr. Parker also contributes to his industry as the cartoonist for the
American Society of Civil Engineers (ASCE) San Bernardino-Riverside Branch. His comic strip is featured in their
monthly newsletter. His experience includes:
CITY OF HESPERIA STREET REHABILITATION, HESPERIA, CALIFORNIA
Geocon performed geotechnical pavement evaluation of the design for the rehabilitation of roadways within the
City of Hesperia. The street rehabilitation includes new full-depth asphalt concrete over the native subgrade, a new
asphalt concrete pavement over the aggregate base, or the use of full-depth reclamation with a new asphalt
concrete wearing surface. Mr. Parker is currently providing geotechnical observation and testing during
construction for this project.
I-15/LOS ALAMOS ROAD OVERCROSSING, MURRIETA, CALIFORNIA
The project included the widening of the Los Alamos Bridge over the 15 freeway from two to four lanes, construction
of retaining walls, embankment fill, subgrade, base, asphalt placement, flatwork, and minor utility relocations.
Geocon prepared a Source Inspection Quality Management Plan and provided geotechnical and materials testing
and inspection services during construction. Mr. Parker performed inspection and testing services for soil and
concrete by Caltrans requirements and performed batch plant inspections.
PECHANGA PARKWAY PHASE II STREET IMPROVEMENTS, TEMECULA, CALIFORNIA
Mr. Parker performed compaction testing and observation of backfill for minor grading, wall backfill, irrigation
trench, joint trench, storm drains, water laterals, subgrade, base, and paving during the construction of roadway
improvements. Upon completion of the project, a representative of the city of Temecula issued a letter to Geocon
praising Mr. Parker for his work ethic and professionalism over the course of the project.
MARINE CORPS BASE CAMP PENDLETON, CHAPPO DINING FACILITY, SAN DIEGO, CALIFORNIA
The project included the construction of several hundred stone columns to support the Chappo Enlisted Dining
Facility. The dense aggregate columns were constructed using a crane-suspended downhole vibrator. Mr. Parker,
acting as a representative of the project engineer, performed full-time observation and documentation during
construction for quality control purposes. In addition, Mr. Parker performed compaction testing and observation
for many of the associated site improvements.
FOOTHILL BOULEVARD IMPROVEMENTS, CITY OF FONTANA, CALIFORNIA
Geocon provided geotechnical observation and testing, concrete sampling, and materials testing services during
roadway improvement construction of Foothill Boulevard from Oleander Avenue to 600 feet east of Cypress
Avenue. The construction improvements to Foothill Boulevard included new raised landscape medians, turn
pockets, overlaying portions of the existing roadway, and installing new curb and gutter, sidewalks, and ramps. Mr.
Parker performed quality control and assurance, project management, and report preparation.
YEARS WITH GEOCON
-22 years
CERTIFICATIONS
-40 HAZWOPER
-Nuclear Density Gauge
ORGANIZATIONS
-Operating Engineers Union
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
RD-24-2248 Page - 26 - January 13, 2024
City of Rancho Cucamonga
SOQ: #24/25-501 Various On-Call Services
5.2 Geotechnical Engineering and Material Sampling/Testing
JEFFREY PALZER
ROLE WITHIN ON-CALL: KEY FIELD STAFF
Mr. Palzer has a total of 38 years of experience as an
inspector and is responsible for providing earthwork and
material control during the construction of various public
and private sector projects. Mr. Palzer utilizes his experience
and excellent communication skills to interface with quality
control managers and project IORs to implement solutions
in the field and provide documentation of project progress.
Some of his responsibilities include inspection and testing
during construction, investigation of subsurface soil and
geologic conditions, observation and testing during rough
and fine grading, and supervision of roadway construction and underground
utilities. He has performed quality assurance and quality control construction
inspections, quantity calculations, and material sampling, as well as oversight to
ensure compliance with the plans and specifications for the County of Los Angeles,
the City of Los Angeles, and various other municipalities. Mr. Palzer has provided
services on numerous municipal, commercial, and residential projects. His experience includes caissons and
drilled/driven pile installation, shoring system installation, sheet piles, bridge foundations, spread foundations, and
inspection of reinforced concrete and masonry structures. Some of his project experience includes:
CITY OF PASADENA DEPARTMENT OF PUBLIC WORKS, ON-CALL SOILS & MATERIALS TESTING SERVICES CONTRACT,
PASADENA, CALIFORNIA
Mr. Palzer serves as special inspector for projects on the City of Pasadena Department of Public Works On-Call
Geotechnical Engineering, Materials Testing, and Inspection Services contract. Geocon has provided services on
Arroyo/Rose Bowl Drive, Preventative Maintenance of Streets, Green Street and Fair Oaks Avenue, Arroyo and Linda
Vista, La Pintoresca Library, roadwork on Walnut Street between Daisy and Sunnyslope, East Side Storm Drain from
Belvidere to Mountain Street, roadwork on the corner of Fair Oaks and California, slope failure at 1175 North Arroyo
Boulevard, and a storm drain break at East Del Mar Boulevard west of Allen Avenue.
CITY HALL & AUTOMATED PARKING STRUCTURE, WEST HOLLYWOOD, CALIFORNIA
Geocon performed a geotechnical investigation and soil and materials testing services during the construction of a
new City Hall and Automated Vehicle Retrieval System parking structure. Mr. Palzer performed testing and
inspections of concrete, rebar, wedge anchors, backfill, sub-drain placement, and waterproofing repairs.
LACDPW, EAST RANCHO DOMINGUEZ LIBRARY, LOS ANGELES COUNTY, CALIFORNIA
Mr. Palzer performed geotechnical inspection and testing services during utility trench backfill, construction of the
building pad, and placement of subgrade, base, and asphalt concrete. Materials testing services included
observation and testing of the concrete grout pour, creation of concrete cylinders for laboratory testing purposes,
and inspection and testing of masonry construction, drilled-in-anchors, and rebar placement.
LACDPW, STEPHEN SORENSEN PARK GYMNASIUM & COMMUNITY BUILDING, LAKE LOS ANGELES, CALIFORNIA
Geocon performed a special inspection and materials testing services during the construction of a gymnasium and
community building. Mr. Palzer’s scope of work included inspection and testing of rebar placement, masonry
construction, and concrete grout pour. In addition, he created concrete cylinders for laboratory testing purposes.
LACDPW, LANCASTER ANIMAL SHELTER SPAY & NEUTER CLINIC, LANCASTER, CALIFORNIA
Geocon performed a geotechnical investigation and provided testing and inspection services throughout the
construction of the project. Mr. Palzer conducted continuous geotechnical observation and testing services during
the grading operations including compaction of subgrade, base placement, and asphalt placement. He also
observed and tested the placement of concrete.
YEARS WITH GEOCON
-15 years
CERTIFICATIONS
-ICC Special Soils
-ICC Reinforced Concrete
-ICC Structural Masonry
-ACI Grade I Concrete
Testing Field Technician
-LA City Concrete
Construction
-LA City Masonry
Construction
-LA City Drilled-In-Anchors
-LA City Gunite/Shotcrete
-LA County Concrete
-LA County Masonry
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
RD-24-2248 Page - 27 - January 13, 2024
City of Rancho Cucamonga
SOQ: #24/25-501 Various On-Call Services
5.2 Geotechnical Engineering and Material Sampling/Testing
CARLOS REYES
ROLE WITHIN ON-CALL: KEY FIELD STAFF
Mr. Reyes has a total of 17 years of experience as an
inspector and has been with Geocon his entire career. His
experience includes soil and concrete testing services for
municipal facilities, water and transportation infrastructure,
parks, solar projects, and a variety of residential and
commercial developments. Mr. Reyes is skilled at reading
and understanding construction plans and specifications as
well as effectively communicating with contractors,
engineers, and public officials. He has a clear understanding
of construction procedures, techniques, and practices and
always follows applicable safety policies. His experience includes:
FOOTHILL BOULEVARD IMPROVEMENTS, CITY OF FONTANA, CALIFORNIA
Geocon provided geotechnical observation and testing, concrete sampling, and materials testing services during
roadway improvement construction of Foothill Boulevard from Oleander Avenue to 600 feet east of Cypress
Avenue. The construction improvements to Foothill Boulevard included new raised landscape medians, turn
pockets, overlaying portions of the existing roadway, and installing new curb and gutter, sidewalks, and ramps. Mr.
Reyes performed inspection and testing services during subgrade, base, and asphalt concrete placement.
ON-CALL MATERIALS TESTING SERVICES, CITY OF INDIO, CALIFORNIA
Geocon is currently performing on-call materials testing services for the City of Indio. Mr. Reyes performed
observation and testing of soils, concrete inspection and testing, and asphalt paving inspections for Avenue 43 Dog
Park and Burr Park.
RANCHO MIRAGE DOG PARK, RANCHO MIRAGE, CALIFORNIA
Under an on-call soils and materials testing contract with the City of Rancho Mirage, Geocon performed inspection
and testing services during the construction of separate small dog and large dog park areas with a parking lot, shade
structures, masonry trash enclosure, and associated utility infrastructure. Mr. Reyes performed geotechnical
inspection and testing services during subgrade, base, and asphalt concrete placement.
I-15/LOS ALAMOS ROAD OVERCROSSING, MURRIETA, CALIFORNIA
The project included the widening of the Los Alamos Bridge over the 15 freeway from two to four lanes, construction
of retaining walls, embankment fill, subgrade, base, asphalt placement, flatwork, and minor utility relocations.
Geocon prepared a Source Inspection Quality Management Plan and provided geotechnical and materials testing
and inspection services during construction. Mr. Reyes performed inspection and testing services for soil and
concrete according to Caltrans requirements.
RCFC & WCD, ARROYO DEL TORO CHANNEL, STAGE 1, LAKE ELSINORE, CALIFORNIA
Mr. Reyes performed geotechnical inspection and testing services during the construction of approximately 3,500
lineal feet of storm drain improvements along the west side of Interstate 15. Improvements included an earthen
channel northeast of Highway 74, a box culvert beneath Highway 74, a reinforced box concrete structure, and a
concrete-lined channel. All construction within Caltrans right-of-way was subject to Caltrans testing standards.
EVMWD, WATER MAIN REPLACEMENT PROJECT (CIP NO. 75755), LAKE ELSINORE, CALIFORNIA
Mr. Reyes performed testing and inspection services for subgrade, base, and water main backfill during construction
of approximately 15,600 feet of replacement and new water lines at 25 locations within District boundaries.
YEARS WITH GEOCON
-17 years
CERTIFICATIONS
-ACI Concrete Testing Field
Technician, Grade I
-ICC Soils Special Inspector
-Nuclear Density Gauge
-Caltrans: CT125 AGG,
CT 125, CT 125 HMA,
CT 231, CT 375, CT 504,
CT 518, CT 539, CT 540,
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
RD-24-2248 Page - 28 - January 13, 2024
City of Rancho Cucamonga
SOQ: #24/25-501 Various On-Call Services
5.2 Geotechnical Engineering and Material Sampling/Testing
ERIK BEZANSON
ROLE WITHIN ON-CALL: KEY FIELD STAFF
Mr. Bezanson has a total of 19 years of experience with
laboratory and field inspection and testing of soils and
construction materials. His experience includes
observations and testing of building pads, roads,
commercial buildings, public works, utility trenches, and
concrete batch plant inspection. Mr. Bezanson is trained
in the performance of Quality Control in a Construction
Material Testing Laboratory; including performing and
supervising performance in sieve analysis, proctors, soil
ring density and moisture content, sand equivalent, soil
shear testing, and specific gravity of aggregates. Laboratory testing abilities also
include compressive strength testing of concrete, mortar, grout, shotcrete, and
masonry pavers. He is experienced with in-place density testing of soil utilizing
sand cone and nuclear gauge test methods, performing field-testing of concrete
placement, including slump, temperature, air content, and molding compressive
strength specimens. His recent experience includes:
CITY OF HESPERIA, CDBG STREET REHABILITATION - FY 2016/2017, HESPERIA, CALIFORNIA
Geocon was selected to provide on-call materials testing and inspection services
for this major city streets improvement project. Mr. Bezanson served as the lead
inspector for this project. His responsibilities included: geotechnical observation
and testing on a full-time basis during pavement rehabilitation of city streets,
which also included the Full Depth Reclamation (FDR) process and paving of the
new asphalt concrete surface. The project involved approximately 43,500 square
yards of FDR and 8,570 tons of asphalt concrete. Observed and tested the
concrete treatment of 7,200 feet of Santa Fe Avenue to mitigate yielding
subgrade.
CITY OF HESPERIA, FY 2017-18 CDBG STREET IMPROVEMENTS: 8TH, 9TH, AND 10TH AVENUES, HESPERIA, CALIFORNIA
Geocon was selected to provide on-call materials testing and inspection services for this major city streets
improvement project. Mr. Bezanson observed and tested the Cement Treated Soils (CTS) of the street subgrade. He
also observed and tested the asphalt placement and densities throughout the duration of the project.
CITY OF HESPERIA, RECYCLED WATER SYSTEM – PHASE 1A PROJECT, HESPERIA, CALIFORNIA
Geocon was selected to provide on-call materials testing and inspection services for this major city's recycled water
system project. Mr. Bezanson observed and tested the backfill and soil compaction for 60,000 LFT of the recycled
waterline. Mr. Bezanson also observed and tested the street subgrade and base compaction along with providing
observation for the placement and compaction of asphaltic concrete (AC) during street reconstruction.
CITY OF HESPERIA, RECYCLED WATER TANK AND PUMP HOUSE, HESPERIA, CALIFORNIA
Geocon was selected to provide materials testing and inspection services for this major water capital improvement
project. This new Recycled Water Tank includes a concrete foundation with Steel reinforcement. The new Pump
House structure on-site consisted of masonry construction and included a concrete foundation with Steel
reinforcement. Mr. Bezanson is currently providing observation, testing, and sampling of concrete, masonry, and
grout placement, and inspecting and sampling all steel reinforcement.
YEARS WITH GEOCON
-8 years
CERTIFICATIONS
-ICC Inspector No 5308543
-ICC Master of Special
Inspection
-ICC Soils Special Inspector
-DSA Inspector no. 6396-
Masonry
-ICC Structural Welding
Special Inspector
-ICC Structural Steel and
Bolting Special Inspector
-ICC Spray Applied Fire
Proofing Special Inspector
-ICC California Commercial
Building Inspector
-ICC Structural Masonry
Special Inspector
-ICC Reinforced Concrete
- L.A. County Concrete
Special Inspector
-ACI Field Technician –
Grade I
-Nuclear Density Gauge
EDUCATION
-California State University,
Fullerton, Geology
-Mt. San Antonio
Community College
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
RD-24-2248 Page - 29 - January 13, 2024
City of Rancho Cucamonga
SOQ: #24/25-501 Various On-Call Services
5.2 Geotechnical Engineering and Material Sampling/Testing
4.7 PROJECT MANAGEMENT APPROACH
PROJECT MANAGEMENT APPROACH & METHODOLOGY
Geocon’s priority when presented with a scope of work for a project is to review the information provided as well
as any background information available to gain a thorough understanding of the project's specifications, needs,
and potential challenges. Following our analysis of the scope of work, we identify the key issues that need to be
addressed such as site conditions, characteristics, access, urgency, schedule, and weather considerations. As a
matter of professional practice, we regularly review federal, state, and local agency codes, including County and
City standard specifications and details to ensure that our services meet the standards adopted by the respective
agencies. Following this review, we then create an approach that addresses the requested needs of the project
along with any key issues we have identified.
Our primary goals are to perform our field investigations with minimal environmental and social impact, to
effectively evaluate the geotechnical and geological conditions at the project site, and to develop cost-effective
solutions for geotechnical-related design while maintaining our ethical obligation of protecting the safety, health,
and welfare of the public.
Geotechnical & Geologic Investigations
Geocon will perform geotechnical and geologic investigations for the evaluation
and assessment of geotechnical parameters required for the design of
roadways, bridge foundations, retaining walls, levees, dams, tunnels, reservoirs,
utility pipelines, various building structures, and other capital improvement
projects. Evaluation of storm water infiltration will also be included, as required.
Investigations will include all necessary laboratory testing and geotechnical and
geologic analyses and reports will include recommendations for mitigating
adverse soil conditions and will address all constructability issues with respect
to earthwork, paving and foundation design. Our scope of work for geotechnical
and geologic investigations will typically include the following tasks:
Capital Projects Work Authorization & Execution of Task Orders
• A City Project Manager (PM) will contact our Project Manager, Michael
Cazeneuve, with the details of an upcoming project and potential scope of service. Mr. Cazeneuve will
discuss the project specifics with the City PM to gain a complete understanding of project requirements.
• After gaining a complete understanding of the project, Mr. Cazeneuve will assign the project to the
appropriate Task Order Manager who will develop a proposal including the proposed scope of work, cost
estimate, and project team, including subcontractors. Once the proposal is complete, Mr. Cazeneuve will
review the final document to ensure that we have offered the City the most efficient and cost-effective
approach possible. Once the proposal has been reviewed, Mr. Cazeneuve will send it to the City PM for
approval.
• After receiving a Capital Projects Work Authorization, the Task Order Manager will hold a project kick-off
meeting with their established team to go over the scope of work, project schedule and budget, and
subcontractor involvement.
• All necessary subcontractors will be notified of the investigation, and their services will be scheduled
accordingly, depending on the scope of work.
Our approach for providing geotechnical engineering services typically includes the following:
• Geocon’s Project Manager receives project request from City staff.
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
RD-24-2248 Page - 30 - January 13, 2024
City of Rancho Cucamonga
SOQ: #24/25-501 Various On-Call Services
5.2 Geotechnical Engineering and Material Sampling/Testing
• Geocon’s Project Manager will review project information and develop a project-specific scope of services
and estimated fee.
• Geocon personnel collaborate with City staff and the project design team to review the City's expectations,
as well as any County, State, and Federal funding or technical requirements, and project-specific challenges.
Recognizing that no two projects are the same, Geocon evaluates each project comprehensively to avoid
missing details that could lead to delays or additional costs.
• The proposed scope and fee are reviewed by the City and a final scope and fee are negotiated.
• The Geocon team performs the authorized services as requested by the City.
• Geocon submits draft reports for City review.
• Project deliverables (reports, plans, inspection reports, laboratory test results) are reviewed by Geocon’s
Project Manager prior to final submittal to the City and finalized after incorporating any comments from
the City.
Pre-Field Activities/Set-up
• Identify the proposed boring and test pit locations with stakes and white paint in the field.
• Coordinate proposed exploration locations with site facilities personnel as necessary.
• Contact Underground Services Alert (USA) three working days prior to performing the exploration.
• Obtain the required excavation, well, or encroachment permits, as necessary.
• Retain drilling/excavation equipment and personnel for the field exploration.
Field Activities/Exploration
Field activities and exploration services will include implementing the planned exploration and testing program
which may include, but will not be limited to the following tasks:
• Geologic mapping
• Exploratory borings (hand auger, bucket auger, rotary wash, hollow-stem auger, etc.)
• Downhole logging of bucket auger borings
• Exploratory test pits and/or trenches
• Cone Penetration Testing
• Geophysical testing (seismic refraction/reflection, downhole geophysics, etc.)
• In-situ testing
• Fault trenching
• Logging and material classification
• Collection of soil/rock samples (disturbed and undisturbed)
• Percolation testing
• Backfilling excavations
CONTAMINATED SOIL
If we encounter contaminated soil during the field exploration program, the City will be notified immediately. If
authorized by the City to do so, Geocon will take samples of the suspected contaminated soils for analytical testing.
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
RD-24-2248 Page - 31 - January 13, 2024
City of Rancho Cucamonga
SOQ: #24/25-501 Various On-Call Services
5.2 Geotechnical Engineering and Material Sampling/Testing
Mr. Adrian Escobar, PG, Geologist, will be responsible for preparing any environmental reports required under this
contract.
LABORATORY TESTING
The laboratory testing program for each geotechnical investigation is tailored
specifically to the needs of each project and is contingent upon the types of
earth materials encountered, the weight and nature of the proposed
improvement, the depth of the proposed excavation, and the requirements of
the building official. Laboratory tests may include, but will not be limited to, the
following:
• In-Situ Density and Moisture Content
• Shear Strength
• Consolidation (Collapse)
• Expansion (Swell)
• Classification tests (Gradation, Hydrometer, Atterberg Limits)
• Earthwork/paving related tests (Proctor, Relative Compaction, R-Value, and Sand Equivalent)
• Water-Soluble Sulfate, Chloride, pH, and Resistivity (concrete and utility pipe corrosivity design)
• Hydraulic Conductivity
• Agronomic testing for planting suitability
ENGINEERING AND GEOLOGIC ANALYSES AND REPORT PREPARATION
Upon completion of the field exploration and laboratory testing programs,
engineering and geologic analyses will be performed to develop conclusions and
determine the most cost-effective and constructible recommendations for the
mitigation of geologic issues, slope instability, and/or design and construction of the
proposed structures/improvements. Our analysis may include, but will not be limited
to, the following:
• Evaluation of geologic conditions including slopes, nearby faults, and other geologic hazards.
• Evaluation of potential for surface fault rupture.
• Evaluation of expected ground motions from deterministic and probabilistic seismic hazard analysis.
• Static and Pseudo-static slope stability analyses for temporary and permanent slopes.
• Evaluation of soil/geologic materials and consideration of excavation difficulties.
• Assessment of excavated earth materials and suitability for reuse or disposal.
• Assessment of demolished construction materials and suitability for incorporation in engineered fills.
• Evaluation of groundwater conditions, seepage and static groundwater table.
• Evaluation of soil conditions for suitability of stormwater infiltration.
• Liquefaction and seismic settlement potential.
• Corrosion potential for concrete and utility pipes in direct contact with site soils.
• Evaluation of shallow and deep foundation systems with appropriate soil bearing values.
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
RD-24-2248 Page - 32 - January 13, 2024
City of Rancho Cucamonga
SOQ: #24/25-501 Various On-Call Services
5.2 Geotechnical Engineering and Material Sampling/Testing
• Soil compressibility and settlement characteristics under different loading conditions.
• Soil expansion potential and mitigation measures.
• Soil modulus of subgrade reaction.
• Evaluation of existing and proposed underground utilities.
• Design and construction recommendations for:
o Shallow spread and/or deepened foundations.
o Retaining walls and sound walls.
o Concrete slabs, flexible and rigid paving sections including treatments for base and paving
subgrade.
o Temporary and permanent excavations including sloping and shoring measures.
o Suitability of soils for stormwater infiltration.
o Site drainage and any other project specific recommendations required.
PEER REVIEW OF GEOTECHNICAL AND GEOLOGIC REPORTS
Geocon will perform peer reviews of geotechnical and geologic reports prepared by other consultants. Our
California-licensed Geotechnical Engineers and Engineering Geologists will evaluate the interpretation of geologic
conditions, completeness of the field investigation and laboratory testing programs, technical findings, and
constructability of the proposed design recommendations. Geocon has a reputation for providing very cost-
effective designs, and is frequently requested to perform peer reviews of geotechnical reports.
GEOTECHNICAL & MATERIALS TESTING & INSPECTION SERVICES
Geocon will provide the City with multi-disciplined certified inspectors, who
have been registered for at least three years, who will perform the required as-
needed soils/materials testing and inspection services. Our inspectors are
seasoned, highly qualified and maintain certifications including, but not limited
to, County and City of Los Angeles, Caltrans, ICC, ACI, American Welding Society
(AWS-CWI), DSA, Office of Statewide Health Planning and Development
(OSHPD), and American Society for Nondestructive Testing (ASNT). Our
inspection staff will be 100% available throughout the contract duration. Our
standard testing and inspection procedures are as follows:
• When Geocon receives an inspection request from the City’s Construction Manager (Project Manager,
Superintendent, Owner’s Authorized Representative, Project Inspector (IOR)), we will document the
request in writing on an inspection request form, filling in the date and time of the inspection, type of
inspection requested, person requesting the inspection, and the contact’s phone number.
• We will verify that the person requesting the inspection is the City’s Construction Manager or has been
authorized by the Construction Manager to request the inspection. Once the information has been verified,
our dispatcher will schedule the inspection with an appropriate inspector.
• On the day the inspection request was scheduled, Geocon’s Inspector will meet the City’s Construction
Manager on-site to verify the type and location of inspection needed.
• Inspections will be performed in accordance with project specifications and City requirements.
• The inspector will provide daily written reports of inspection indicating compliance or non-compliance,
which are to be signed by the City’s Construction Manager before the inspector leaves the project site each
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
RD-24-2248 Page - 33 - January 13, 2024
City of Rancho Cucamonga
SOQ: #24/25-501 Various On-Call Services
5.2 Geotechnical Engineering and Material Sampling/Testing
day. The reports will include information about the inspector’s arrival and departure time and very specific
details about activities being performed each day.
• The inspector will obtain samples, as required, and transport them to
our in-house laboratory for testing and analysis. Material strength
verification reports will be presented to the Construction Manager via
email or fax the same day strength verification breaks are
performed.Geocon will only acknowledge inspection requests from
the Construction Manager or designated representative. When called
for inspection, Geocon inspectors will first check in with the
Construction Manager upon arrival at the jobsite. All project activities
will be documented daily on field reports indicating whether the
construction work and materials testing was performed was in
accordance with project requirements. Any problems will be reported
immediately to the Construction Manager. Copies of material delivery
tickets will also be collected and maintained. The daily field reports
prepared by Geocon will be signed by the Construction Manager prior
to Geocon leaving the jobsite. One copy of each field report will remain
at the jobsite. All material samples will be properly labeled with the project name, date the sample was
collected, and sampling location. Samples will either be temporarily stored on-site in an approved location
or immediately be transported to our soils and materials testing laboratory for testing and analysis.
Inspection and testing services will be performed by soils technicians, deputy inspectors, and special inspectors as
required. In order to be as cost-effective as possible, it is our intent to provide simultaneous inspections and
testing services for different disciplines (geotechnical/deputy/special inspections) with a single, highly qualified
inspector, eliminating the need for a second inspector whenever possible. The selected inspector will be equipped
with a vehicle and sufficient field-testing equipment (including a nuclear density gauge) to collect samples and
provide in-place density test results in the field. A Deputy or Special Inspector will be provided for oversight and
inspection as required. Field reports will be prepared and submitted daily and will be reviewed by Mr. Berliner.
Copies of all daily inspection reports and other required documents will be submitted with each invoice and copies
of all documents will be maintained in electronic format (pdf) for emailing at any time. A copy of a standard Daily
Field Report is provided below.
QUALITY, COST & SCHEDULE CONTROL
QUALITY CONTROL
Geocon’s cost control begins with effective quality control procedures. Geocon’s established quality control
procedures have earned us an excellent reputation for delivering quality product. Our in-house computerized cost
control, project tracking, and project management system allows our project managers to monitor the quality of all
aspects of a project as it evolves. All quality control begins with a team meeting after the contract has been awarded
and prior to the start of work. The project manager reviews and formalizes the technical, budgetary, and schedule
aspects of the project and discusses the information with the project team. Further technical checks are performed
by the project manager at the completion of field and laboratory investigation to verify satisfactory project
performance. In addition, Geocon’s quality assurance program provides accuracy and reproducibility acceptable to
industry standards. We accomplish this through the application of experienced staff, ongoing staff training,
calibration of testing apparatus by certified independent agencies and periodic review of Geocon’s personnel and
procedures by outside accredited testing and inspection agencies.
COST CONTROL
Our commitment to providing good customer service begins with each proposal; once a scope of work and price
have been developed and agreed upon, we do not issue change orders, unless the scope of work or project schedule
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
RD-24-2248 Page - 34 - January 13, 2024
City of Rancho Cucamonga
SOQ: #24/25-501 Various On-Call Services
5.2 Geotechnical Engineering and Material Sampling/Testing
has been changed. As a project evolves, project costs are reviewed by the project manager on a weekly basis or as
needed throughout the project duration. If we see a change in the scope of work or that the project is going over
budget, we will discuss the situation with the client immediately. Geocon will not bill a client additional charge
unless the charges have been pre-approved by the client, and we have written authorization to do so.
In order to be as cost-effective as possible, construction inspection and testing services are performed by multi-
certified inspectors whenever possible. This often eliminates the need for a second inspector on the same day and
saves the project money. We also practice value engineering throughout the construction duration because we
recognize that the most significant project costs will be incurred during this time. We add value to projects by
accurately evaluating site soil and geological conditions and developing practical, cost-effective foundation and/or
groundwater improvement alternatives.
SCHEDULE CONTROL
In order to maintain project schedules and minimize delays, we maintain regular communication with clients
throughout project durations. Our staff understands the importance of direct client communication concerning the
scope of work, project milestones, and project deliverables. It is important that we have a clear understanding of
the project and client expectations before commencing work. Through advanced planning and establishment of
project milestones, potential impacts on the critical path are flagged early to allow for contingency planning, which
minimizes risks to the project including delays and budget overruns.
Geocon regularly completes projects on schedule and is conscious of the importance of timeliness during report
preparation and when responding to questions from the design team throughout the entire project duration.
Documents will be provided to the project team in electronic (pdf) format to keep projects moving forward in an
expeditious manner. Reports will be sent electronically via email and by hard copy via overnight mail once
completed. This will allow the project team more time to complete their tasks while waiting for the final documents.
Our Schedule control methods have allowed us to provide deliverables in a timely manner and have proven our
ability to provide services for multiple, large-scale projects concurrently while adhering to project schedules.
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
RD-24-2248 Page - 35 - January 13, 2024
City of Rancho Cucamonga
SOQ: #24/25-501 Various On-Call Services
5.2 Geotechnical Engineering and Material Sampling/Testing
PROJECT TRACKING & PERFORMANCE MONITORING PROCEDURES
Geotechnical investigations typically take 4 to 6 weeks to perform, depending on encroachment permit issuance
and equipment availability. Each geotechnical investigation is unique and is planned based on-site conditions,
accessibility, and the proposed improvements. A typical investigation scope of services is expected to include:
• Site reconnaissance, site markout and Underground Service Alert notification. We also hire GPRS to provide
private utility locating for previously developed sites or where utilities may be present.
• Excavation of geotechnical borings, test pits, or cone penetrometer soundings based on the site conditions
with respect to the proposed improvements.
• Laboratory testing of soil samples collected during our field investigation.
• Geotechnical engineering analyses for the proposed improvements. This may include liquefaction and dry
sand settlement analyses, geotechnical parameters for utility trench design, geotechnical
recommendations for the reconstruction or rehabilitation of pavements.
• Preparation of a geotechnical investigation report for the project. The report is expected to include a
description of site conditions, a description of the field investigation, excavation logs, a plan depicting the
excavation locations, geologic hazards, earthwork recommendations, geotechnical parameters for
foundations, jack and bore operations, retaining walls, asphalt and concrete pavements, etc.
Task Typical Personnel for Task Typical Time Required
Site reconnaissance and markout Staff or Project Geologist or Engineer 4 hours
Field Exploration Staff or Project Geologist or Engineer 10 hours
Laboratory Testing Laboratory Manager & Technicians 2 weeks
Geotechnical Engineering Analyses Project Engineer (PE) 12 hours
Report Preparation Staff or Project Geologist/ Project
Engineer/Drafting/ Word Processing 1 week
Percolation testing can typically be performed within 3 to 4 weeks, depending on permit issuance and equipment
availability. Each project has specific percolation testing requirements. Percolation testing can be shallow standard
percolation tests with infiltration rates calculated based on percolation rates. Double ring infiltrometer testing
provides direct infiltration test results. Dry well testing is becoming more popular as more dry wells are constructed
within infiltration basins to increase infiltration capacity. The typical tasks to perform percolation testing are:
• Site reconnaissance, site mark out and Underground Service Alert notification. We also hire GPRS to
provide private utility locating for previously developed sites or where utilities may be present.
• Excavation of geotechnical borings or test pits for the percolation testing based on the test location and
infiltration elevation provided by the project civil engineer. One deep boring (10 feet below basin bottom)
is required for each BMP location to determine if groundwater or impenetrable bedrock are present within
10 feet of the BMP bottom.
• Laboratory testing of soil samples collected during our field investigation. Typical laboratory testing is grain
size analyses of soils at the infiltration bottom depth.
• Calculations to provide infiltration rates for BMP design.
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
RD-24-2248 Page - 36 - January 13, 2024
City of Rancho Cucamonga
SOQ: #24/25-501 Various On-Call Services
5.2 Geotechnical Engineering and Material Sampling/Testing
• Preparation of a percolation test report for the project. The report is expected to include a description of
site conditions, a description of the field investigation, excavation logs, percolation or infiltration test data
and calculated infiltration rates, a plan depicting the excavation locations, regional groundwater depths and
geologic conditions.
Task Typical Personnel for Task Typical Time Required
Site reconnaissance and markout Staff or Project Geologist or
Engineer 4 hours
Field Exploration Staff or Project Geologist or
Engineer 20 hours
Laboratory Testing Laboratory Manager &
Technicians 2 weeks
Report Preparation
Staff or Project Geologist/Project
Engineer/Drafting/ Word
Processing
1 week
Geotechnical observation and testing and special inspection and materials testing are provided based on the
contractor’s pace and efficiency. Geocon can dispatch our personnel in as little as 24 hours’ notice; we respond to
RFIs within 24 hours; we perform laboratory testing based on the testing schedule provided in the project
documents and provide lab test results of materials testing within 24 hours of test completion; we work with the
contractor and construction manager to provide prompt, responsive geotechnical engineering support as needed
during project construction. Tasks associated with construction inspection are determined by the project plans and
specifications with the schedule determined by the contractor’s pace and efficiency. Because we have no control
of the construction schedule, our services are provided on a time and materials basis in accordance with our
Schedule of Fees. The testing requirements will also be dictated by the project specifications for the governing
specification such as Caltrans or ASTM testing methods. Tasks associated with geotechnical and special inspection
are expected to include:
• Review project civil and structural plans and specifications.
• Attend a preconstruction meeting with the City and the construction team.
• Provide geotechnical observation and testing during rough grading, utility construction, retaining wall
backfill, flatwork and street subgrade, aggregate base, and paving.
o Perform laboratory testing to support field testing and to provide geotechnical recommendations
for the construction of proposed improvements.
o Prepare an as-graded geotechnical report documenting the testing and observations performed
during earthwork.
• Provide special inspections as needed which typically include, foundation inspections, post-tensioning
inspection, PCC sampling and testing, batch plant inspections, masonry construction inspection, welding at
the site and at the fabrication shop, nailing and wood inspections, and general building inspections.
o Provide materials testing in our laboratories to confirm the specified material properties have been
met.
o Preparation of a final report of special inspection and materials testing for the project.
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
RD-24-2248 Page - 37 - January 13, 2024
City of Rancho Cucamonga
SOQ: #24/25-501 Various On-Call Services
5.2 Geotechnical Engineering and Material Sampling/Testing
Task Typical Personnel for Task Typical Time Required
Civil & Structural Plan Review Project Geologist (CEG) or Engineer (PE
or GE) 8 hours
Attend Preconstruction
Conference
Project Geologist or Engineer and
Technician assigned to the project 4 hours
Observation and testing during
earthwork Engineering Technician/Inspector Dependent on contractor’s pace &
efficiency
Laboratory Testing Laboratory Manager & Technicians
Per project testing schedule results
reported within 24 hours of test
completion
Report Preparation Staff or Project Geologist/ Project
Engineer/ Drafting/ Word Processing 2 weeks
Special Inspection of PCC ACI or ICC Concrete Inspector Dependent on contractor’s pace &
efficiency
Post-Tensioned Inspection ICC PT Inspector Dependent on contractor’s pace &
efficiency
Masonry Inspection ICC Masonry Inspector Dependent on contractor’s pace &
efficiency
Welding Inspection AWS & CWI Welding Inspectors Dependent on contractor’s pace &
efficiency
Nailing & Wood Inspection ICC Building Inspectors Dependent on contractor’s pace &
efficiency
Building Inspections ICC Building Inspectors Dependent on contractor’s pace &
efficiency
Report Preparation Staff or Project Geologist/ Project
Engineer/Drafting/ Word Processing 2 weeks
Geocon closely tracks our costs spent on the project whether it be against the scope and fee estimate for
investigations or monthly budget updates of our task item estimate each time we review the project billing. We do
not issue change orders for geotechnical investigations unless project conditions differ significantly or the project
scope is expanded. We keep the construction project managers informed of the tracked budgets on a monthly
basis so we are on top of potential cost over runs. We also work with the city Project Manager to make sure our
construction services are used as efficiently as possible. We send multi-certified inspectors whenever possible to
provide efficient inspection services.
PROJECT PROGRESS REPORTING PROCEDURES
DELIVERABLES
Geocon will prepare reports summarizing all observations, test results, analyses, and recommendations for services
in a timely manner. Copies of the reports (inspection and laboratory testing) will be provided in an electronic and/or
hard copy format and can be emailed upon request at any time.
It is Geocon’s standard practice to have daily inspection reports signed by the on-site client designated
representative or IOR. Following field inspection services, Geocon’s inspector will provide the completed field
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
RD-24-2248 Page - 38 - January 13, 2024
City of Rancho Cucamonga
SOQ: #24/25-501 Various On-Call Services
5.2 Geotechnical Engineering and Material Sampling/Testing
report for signature to the IOR/Construction Manager prior to departure. Geocon will submit copies of each
certified written report of each inspection, test or similar service, to all parties as coordinated with the
IOR/Construction Manager. Written reports of each inspection test shall include, but not be limited to, the following
information:
• Date of issuance
• Project title and number
• Consultant name and contact information
• Dates and locations of samples, tests, or inspections
• Names of individuals making the inspections or the tests
• Time of arrival and time of departure
• Designation of the work or test methods
• Identification of product, specification section, and drawing
• Complete inspection or test data
• Test results and interpretation of test results
• Ambient conditions at the time a sample is taken/tested
• Comments or professional opinion as to whether inspected or tested work complies with contract
document requirements
• Name and signature of laboratory inspector
• Recommendations of re-testing
Reports will include a description of deficiencies noted and corrective action undertaken to resolve such
deficiencies. Deficiencies observed will immediately be brought to the attention of the IOR/Construction Manager.
In the event deficiencies are not corrected, or if an interpretation of the contract documents is required, the
IOR/Construction Manager will be notified.
Geocon will maintain a deficiency list of all items not corrected and will re-inspect the area after the deficiency has
been corrected. Items to be listed will include:
• Description of the deficiency
• Date and time the deficiency was observed
• Who was notified of the deficiency
• Date of the re-inspection
• Description of the corrective action taken
Geocon is prepared to attend all relevant project meetings and regularly attends project meetings at the request of
the project team. It is a standard practice for Geocon that all overtime work is authorized prior to performing any
work by the IOR/Construction Manager. Geocon inspectors do not perform any work without the request/approval
of the client. All field work is approved daily for time and inspection services performed.
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
RD-24-2248 Page - 39 - January 13, 2024
City of Rancho Cucamonga
SOQ: #24/25-501 Various On-Call Services
5.2 Geotechnical Engineering and Material Sampling/Testing
EXHIBITS
Per the RFP, Exhibits A-H are submitted separately on Planet Bids.
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
24711 Redlands Blvd ■ Loma Linda, California 92354 ■ P| 909.894.2175 ■ F| 909.283.7160
5.2 GEOTECHNICAL ENGINEERING SERVICES
SCOPE OF SERVICES
Geotechnical & Geologic Investigations
Geocon will perform geotechnical and geologic investigations for the evaluation
and assessment of geotechnical parameters required for the design of
roadways, bridge foundations, retaining walls, levees, dams, tunnels, reservoirs,
utility pipelines, various building structures, and other capital improvement
projects. Evaluation of storm water infiltration will also be included, as required.
Investigations will include all necessary laboratory testing and geotechnical and
geologic analyses and reports will include recommendations for mitigating
adverse soil conditions and will address all constructability issues with respect
to earthwork, paving and foundation design. Our scope of work for geotechnical
and geologic investigations will typically include the following tasks:
Capital Projects Work Authorization & Execution of Task Orders
•A City Project Manager (PM) will contact our Project Manager, Michael
A Cazeneuve, with the details of an upcoming project and potential scope of service. Mr. Cazeneuve will
discuss the project specifics with the City PM to gain a complete understanding of project requirements.
•After gaining a complete understanding of the project, Mr. Cazeneuve will assign the project to the
appropriate Task Order Manager who will develop a proposal including the proposed scope of work, cost
estimate, and project team, including subcontractors. Once the proposal is complete, Mr. Cazeneuve will
review the final document to ensure that we have offered the City the most efficient and cost-effective
approach possible. Once the proposal has been reviewed, Mr. Cazenueve will send it to the City PM for
approval.
•After receiving a Capital Projects Work Authorization, the Task Order Manager will hold a project kick-off
meeting with their established team to go over the scope of work, project schedule and budget, and
subcontractor involvement.
•All necessary subcontractors will be notified of the investigation, and their services will be scheduled
accordingly, depending on the scope of work.
Pre-Field Activities/Set-up
•Identify the proposed boring and test pit locations with stakes and white paint in the field.
•Coordinate proposed exploration locations with site facilities personnel as necessary.
•Contact Underground Services Alert (USA) three working days prior to performing the exploration.
•Obtain the required excavation, well, or encroachment permits, as necessary.
•Retain drilling/excavation equipment and personnel for the field exploration.
Field Activities/Exploration
Field activities and exploration services will include implementing the planned exploration and testing program
which may include, but will not be limited to the following tasks:
•Geologic mapping
•Exploratory borings (hand auger, bucket auger, rotary wash, hollow-stem auger, etc.)
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
RD-24-2248 Page - 2 - January 13, 2024
City of Rancho Cucamonga
Various On-Call Services
SOQ: #24/25-501
• Downhole logging of bucket auger borings
• Exploratory test pits and/or trenches
• Cone Penetration Testing
• Geophysical testing (seismic refraction/reflection, downhole geophysics, etc.)
• In-situ testing
• Fault trenching
• Logging and material classification
• Collection of soil/rock samples (disturbed and undisturbed)
• Percolation testing
• Backfilling excavations
CONTAMINATED SOIL
If we encounter contaminated soil during the field exploration program, the City will be notified immediately. If
authorized by the City to do so, Geocon will take samples of the suspected contaminated soils and send them for
analytical testing.
LABORATORY TESTING
The laboratory testing program for each geotechnical investigation is tailored
specifically to the needs of each project and is contingent upon the types of
earth materials encountered, the weight and nature of the proposed
improvement, the depth of the proposed excavation, and the requirements of
the building official. Laboratory tests may include, but will not be limited to, the
following:
• In-Situ Density and Moisture Content
• Shear Strength
• Consolidation (Collapse)
• Expansion (Swell)
• Classification tests (Gradation, Hydrometer, Atterberg Limits)
• Earthwork/paving related tests (Proctor, Relative Compaction, R-Value, and Sand Equivalent)
• Water-Soluble Sulfate, Chloride, pH, and Resistivity (concrete and utility pipe corrosivity design)
• Hydraulic Conductivity
• Agronomic testing for planting suitability
ENGINEERING AND GEOLOGIC ANALYSES AND REPORT PREPARATION
Upon completion of the field exploration and laboratory testing programs,
engineering and geologic analyses will be performed to develop conclusions and
determine the most cost-effective and constructible recommendations for the
mitigation of geologic issues, slope instability, and/or design and construction of the
proposed structures/improvements. Our analysis may include, but will not be limited
to, the following:
• Evaluation of geologic conditions including slopes, nearby faults, and other geologic hazards.
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
RD-24-2248 Page - 3 - January 13, 2024
City of Rancho Cucamonga
Various On-Call Services
SOQ: #24/25-501
• Evaluation of potential for surface fault rupture.
• Evaluation of expected ground motions from deterministic and probabilistic seismic hazard analysis.
• Static and Pseudo-static slope stability analyses for temporary and permanent slopes.
• Evaluation of soil/geologic materials and consideration of excavation difficulties.
• Assessment of excavated earth materials and suitability for reuse or disposal.
• Assessment of demolished construction materials and suitability for incorporation in engineered fills.
• Evaluation of groundwater conditions, seepage and static groundwater table.
• Evaluation of soil conditions for suitability of stormwater infiltration.
• Liquefaction and seismic settlement potential.
• Corrosion potential for concrete and utility pipes in direct contact with site soils.
• Evaluation of shallow and deep foundation systems with appropriate soil bearing values.
• Soil compressibility and settlement characteristics under different loading conditions.
• Soil expansion potential and mitigation measures.
• Soil modulus of subgrade reaction.
• Evaluation of existing and proposed underground utilities.
• Design and construction recommendations for:
o Shallow spread and/or deepened foundations.
o Retaining walls and sound walls.
o Concrete slabs, flexible and rigid paving sections including treatments for base and paving
subgrade.
o Temporary and permanent excavations including sloping and shoring measures.
o Suitability of soils for stormwater infiltration.
o Site drainage and any other project specific recommendations required.
PEER REVIEW OF GEOTECHNICAL AND GEOLOGIC REPORTS
Geocon will perform peer reviews of geotechnical and geologic reports prepared by other consultants. Our
California-licensed Geotechnical Engineers and Engineering Geologists will evaluate the interpretation of geologic
conditions, completeness of the field investigation and laboratory testing programs, technical findings, and
constructability of the proposed design recommendations. Geocon has a reputation for providing very cost-
effective designs, and is frequently requested to perform peer reviews of geotechnical reports.
GEOTECHNICAL & MATERIALS TESTING & INSPECTION SERVICES
Geocon will provide the City with multi-disciplined certified inspectors, who
have been registered for at least three years, who will perform the required as-
needed soils/materials testing and inspection services. Our inspectors are
seasoned, highly qualified and maintain certifications including, but not limited
to, County and City of Los Angeles, Caltrans, ICC, ACI, American Welding Society
(AWS-CWI), DSA, Office of Statewide Health Planning and Development
(OSHPD), and American Society for Nondestructive Testing (ASNT). Our
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
RD-24-2248 Page - 4 - January 13, 2024
City of Rancho Cucamonga
Various On-Call Services
SOQ: #24/25-501
inspection staff will be 100% available throughout the contract duration. Our standard testing and inspection
procedures are as follows:
• When Geocon receives an inspection request from the City’s Construction Manager (Project Manager,
Superintendent, Owner’s Authorized Representative, Project Inspector (IOR)), we will document the
request in writing on an inspection request form, filling in the date and time of the inspection, type of
inspection requested, person requesting the inspection, and the contact’s phone number.
• We will verify that the person requesting the inspection is the City’s Construction Manager or has been
authorized by the Construction Manager to request the inspection. Once the information has been verified,
our dispatcher will schedule the inspection with an appropriate inspector.
• On the day the inspection request was scheduled, Geocon’s Inspector will meet the City’s Construction
Manager on-site to verify the type and location of inspection needed.
• Inspections will be performed in accordance with project specifications and City requirements.
• The inspector will provide daily written reports of inspection indicating compliance or non-compliance,
which are to be signed by the City’s Construction Manager before the inspector leaves the project site each
day. The reports will include information about the inspector’s arrival and departure time and very specific
details about activities being performed each day.
• The inspector will obtain samples, as required, and transport them to our in-house laboratory for testing
and analysis. Material strength verification reports will be presented to the Construction Manager via email
or fax the same day strength verification breaks are performed.
Geocon will only acknowledge inspection requests from the Construction
Manager or designated representative. When called for inspection, Geocon
inspectors will first check in with the Construction Manager upon arrival at the
jobsite. All project activities will be documented daily on field reports
indicating whether the construction work and materials testing was performed
was in accordance with project requirements. Any problems will be reported
immediately to the Construction Manager. Copies of material delivery tickets
will also be collected and maintained. The daily field reports prepared by
Geocon will be signed by the Construction Manager prior to Geocon leaving
the jobsite. One copy of each field report will remain at the jobsite. All material
samples will be properly labeled with the project name, date the sample was
collected, and sampling location. Samples will either be temporarily stored on-
site in an approved location or immediately be transported to our soils and
materials testing laboratory for testing and analysis.
Inspection and testing services will be performed by soils technicians, deputy inspectors, and special inspectors as
required. In order to be as cost-effective as possible, it is our intent to provide simultaneous inspections and
testing services for different disciplines (geotechnical/deputy/special inspections) with a single, highly qualified
inspector, eliminating the need for a second inspector whenever possible. The selected inspector will be equipped
with a vehicle and sufficient field-testing equipment (including a nuclear density gauge) to collect samples and
provide in-place density test results in the field. A Deputy or Special Inspector will be provided for oversight and
inspection as required. Field reports will be prepared and submitted daily and will be reviewed by Mr. Berliner.
Copies of all daily inspection reports and other required documents will be submitted with each invoice and copies
of all documents will be maintained in electronic format (pdf) for emailing at any time. A copy of a standard Daily
Field Report is provided below.
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 23 of 30
“EXHIBIT A” CITY OF RANCHO CUCAMONGACONFLICT OF INTEREST/NON-DISCLOSURE STATEMENT
It is the policy of the City of Rancho Cucamonga to prevent personal or organizational conflict of interest, or the
appearance of such conflict of interest, in the award and administration of City Contracts, including, but not
limited to Contracts for Professional Services Agreements (“PSA”) with potential Consultants.
I do not have specific knowledge of confidential information regarding SOQ responses received in response to
the Request for Statement of Qualifications (SOQ) #24/25-501 Various On-Call Services.
I agree not to disclose or otherwise divulge any information pertaining to the contents, status, or ranking of any
SOQ response to anyone. I understand the terms and "disclose or otherwise divulge" to include, but are not
limited to, verbal conversations, written correspondence, reproduction of any part or any portion of any SOQ
response, or removal of same from designated areas.
I, the undersigned, hereby certify that the following statements are true and correct and that I understand and
agree to be bound by commitments contained herein.
______________________________________ (Print Name)
______________________________________ (Relationship to the City)
______________________________________ (Relationship to the Consultant)
______________________________________ (Signature)
______________________________________ (Date)
Exhibits are not to be included in your bid response. All referenced Exhibits must be submitted in Planet Bids
system under the Response Types, Exhibits A – G.
Neal Berliner, GE
Senior Engineer
President
01.13.2025
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 24 of 30
“EXHIBIT B, PROFESSIONAL SERVICES AGREEMENT EXCEPTIONS SUMMARY”
Mark the appropriate choice, below:
_____ Vendors accepts the PSA without exception.
OR
_____ Vendors proposes exceptions to the PSA.
Summarize all exceptions on a separate document. Enclose a written summary of each change and title as
“Exception Summary”, which shall include the Vendors’ rationale for proposing each such exception. Each
exception must be labeled with the Section number in the PSA. Failure to properly reference exceptions in the
submitted summary may deem the response as non-responsive.
___________________________________
Signature
___________________________________
Printed Name
___________________________________
Title
___________________________________
Date
Exhibits are not to be included in your bid response. All referenced Exhibits must be submitted in Planet Bids
system under the Response Types, Exhibits A – G.
x
Neal Berliner, GE
President
01.13.2025
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
500 N Victory Boulevard ■ Burbank, California 91502 ■ P| 818.841.8388 ■ F| 818.841.1704
EXCEPTION SUMMARY
Geocon would like to propose the following changes to the PSA.
11.1 DESIGN PROFESSIONNAL SERVICES
12.2 MINIMUM SCOPE OF INSURANCE
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 25 of 30
“EXHIBIT C, ACKNOWLEDGMENT OF INSURANCE REQUIREMENTS AND CERTIFICATION OF ABILITY TO
PROVIDE AND MAINTAIN COVERAGES SPECIFIED”
I, _______________________________ the ______________________________________________
(President, Secretary, Manager, Owner or Representative)
of __________________________________________________________________, certify that the
(Name of Company, Corporation or Owner)
Specifications and General Provisions regarding insurance requirements as stated within the Professional
Services Agreement (PSA), for the Purchase Contract designated Request for Statement of Qualifications
(“SOQ”) #24/25-501 for Various On-Call Services have been read and understood and that our Vendors is able
to provide and maintain the coverage as specified in the PSA. Failure to provide said coverage, upon request to
finalize the PSA prior to award shall be enough cause for immediate disqualification of award. Failure to
maintain said coverage shall result in termination of the contract.
___________________________________
Signature
___________________________________
Printed Name
___________________________________
Title
___________________________________
Date
Exhibits are not to be included in your bid response. All referenced Exhibits must be submitted in Planet Bids
system under the Response Types, Exhibits A – G.
Neal Berliner, GE President
Geocon West, Inc.
Neal Berliner, GE
President
01.13.2025
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 26 of 30
“EXHIBIT D” ADDENDUM ACKNOWLEDGEMENT
The Consultants hereby acknowledges the following Addenda Number(s) to this SOQ have been received, if any.
Consultants understands failure to acknowledge any addenda issued may cause the SOQ response to be
considered non-responsive. It is the Consultants’ responsibility to log into the Bid System to identify and
download the number of addenda that have been posted.
• __________________
• __________________
• __________________
• __________________
___________________________________
Signature
___________________________________
Printed Name
___________________________________
Title
___________________________________
Date
Exhibits are not to be included in your bid response. All referenced Exhibits must be submitted in Planet Bids
system under the Response Types, Exhibits A – G.
1
Neal Berliner, GE
President
01.13.2025
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 27 of 30
“EXHIBIT E DEBARMENT and SUSPENSION CERTIFICATION FORM
I certify that neither _____________________________ (Consultant) nor any of its proposed subcontractors
are not currently listed on the governmentwide exclusions in the System for Award Management (SAM), in
accordance with the guidelines under 2 CFR 200 that implement Executive Orders 12549 (3 CFR part 1986
Comp., p. 189) and 12689 (3 CFR part 1989 Comp., p. 235), and that neither Consultant nor any of its proposed
subcontractors are tax delinquent with the State of California.
I acknowledge that if Consultants or any of its subcontractors subsequently are placed under suspension or
debarment by a local, state or federal government entity, or if Consultants or any of its subcontractors
subsequently become delinquent in California taxes, our Proposal will be disqualified.
___________________________________
Signature
___________________________________
Printed Name
___________________________________
Title
___________________________________
Date
Exhibits are not to be included in your bid response. All referenced Exhibits must be submitted in Planet Bids
system under the Response Types, Exhibits A – G.
Geocon West, Inc.
Neal Berliner, GE
President
01.13.2025
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 28 of 30
“EXHIBIT F, PARTICIPATION CLAUSE”
It is hereby understood that other government entities, such as cities, counties, and special/school districts may
utilize this RFP response at their option for equipment or services at the RFP response price for a period of
________ days. Said entities shall have the option to participate in any award made because of this solicitation.
Any such piggy-back awards will be made independently by each agency, and the city is not an agent, partner
or representative of these agencies and is not obligated or liable for any action of debts that may arise out of
such independently negotiated piggy-back procurement. Each public agency shall accept sole responsibility of
its own order placement and payments of the Vendors.
Successful Vendors will extend prices as proposed herein to other governmental agencies, please
specify.
YES __________ NO _________
Exhibits are not to be included in your bid response. All referenced Exhibits must be submitted in Planet Bids
system under the Response Types, Exhibits A – G.
365
4
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
City of Rancho Cucamonga
Request for Statement of Qualifications (SOQ) #24/25-501
for
Various On-Call Services
__________________________________________________________________________________________________
____________________________________________________________________________________________________________
Page 29 of 30
“EXHIBIT G” SIGNATURE OF AUTHORITY
The undersigned firm declares that he has carefully examined the specifications and read the above terms and
conditions, and hereby proposes and agrees, if this SOQ response is accepted, to furnish all material in
accordance with the specifications and instructions, in the time and manner therein prescribed for the unit cost
amounts set forth in the following SOQ response.
THE CONSULTANTS IN SUBMITTING THIS SOQ RESPONSE MUST FILL IN THE FOLLOWING INFORMATION. FAILURE TO
DO SO MAY DEEM YOUR SOQ RESPONSE AS NON-RESPONSIVE.
Company Name:
Address:
(Street, Su. # City, State, Zip)
Telephone #:
Fax #:
E-mail address:
Web Address:
Authorized Representative: (print)
Title:
Signature:
Date:
Exhibits are not to be included in your bid response. All referenced Exhibits must be submitted in Planet Bids
system under the Response Types, Exhibits A – G.
Geocon West, Inc.
213.369.2881
818.841.1704
24711 Redlands Blvd
Loma Linda, CA 92354
Berliner@geoconinc.com Geoconinc.com
Neal Berlier, GE President
01.13.2025
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
500 N Victory Boulevard ■ Burbank, CA 91502 ■ Telephone 818.841.8388 ■ Fax 818.841.1704
RANCU 2025-2026 SCHEDULE OF FEES
PROFESSIONAL SERVICES
Word Processor/Non-Technical Assistant/Draftsman/Dispatcher .................................................................................................... $100/hr
Engineering Assistant/Lab Technician. ............................................................................................................................................. 100/hr
Engineering Field Technician (Earthwork/Compaction Testing/Backfill) ........................................................................................ *85/hr
Special Inspector (Concrete, Rebar, Masonry, Welding, etc.) .......................................................................................................... *90/hr
Engineering Inspector (Bottom Approval / Shoring / Foundations / Piles) ....................................................................................... *110/hr
LA City Deputy Grading Inspector (Bottom Approval / Shoring / Foundations / Piles) .................................................................. *125/hr
Staff Engineer/Geologist ................................................................................................................................................................... *130/hr
Senior Staff Engineer/Geologist ....................................................................................................................................................... *140/hr
Project Engineer/Geologist ............................................................................................................................................................... *150/hr
Senior Project Engineer/Geologist .................................................................................................................................................... *160/hr
Senior Engineer/Geologist ................................................................................................................................................................ *180/hr
Associate Engineer/Geologist ........................................................................................................................................................... *205/hr
Principal Engineer/Geologist/Litigation Support .............................................................................................................................. 400/hr
Attorney Fees (General) .................................................................................................................................................................... 500/hr
Deposition or Court Appearance ....................................................................................................................................................... 550/hr
Overtime/Saturday Rate/Night Rate (7pm – 6am w/ 8-Hour minimum per call out) ....................................... 1.5 X Regular Hourly Rate
Sunday and Holiday Rate ..................................................................................................................................... 2 X Regular Hourly Rate
Minimum Fee per call-out (if 4 hours or less) 4-Hour minimum, (if more than 4 hours and less than 8 Hours) 8-Hour minimum
Short-Notice Cancellation, 4 Hours (if after 4 pm the day before the scheduled inspection or upon/after arrival at the job site)
*Prevailing Wage (PW) California Labor Code §1720, et. Seq add $50/hr
TRAVEL
Personnel ......................................................................................................................................................................... Regular Hourly Rate
Subsistence (Per Diem) .................................................................................................................................................................... $305/day
Vehicle Mileage ............................................................................................................................................................................. 0.75/mile
EQUIPMENT, MATERIALS, & ANALYTICAL TESTS
Nuclear Density Gauge / Sand Cone Testing Equipment ....... $10/hr 55-Gallon Drum .................................................................... 120/ea
Vehicle ..................................................................................... 10/hr Visqeen (6 mil 20X100’) .....................................................135/roll
Special Inspection Equipment ................................................... 5/hr Traffic Cones/Barricades ..................................................... 35/day
Asphalt Cold Patch/Concrete ................................................ 30/bag TPHg(EPA 8015B) ................................................................ 70/ea
Double Ring Infiltrometer Equipment ................................ 200/day TPHd/TPHmo .................................................. (EPA 8015M) 75/ea
GPS Unit ............................................................................. 160/day TPH Carbon Chain Breakdown .................... (EPA 8015M) 110/ea
Pick-up Truck ..................................................................... 150/day
Water Buffalo........................................................................ 75/day
Dynamic Cone Penetrometer .............................................. 400/day
Methanol and/or Ethanol (EPA 8015M) .............................. 125/ea
Volatile Organic Compounds ....................... (EPA 8260B) 125/ea
Semi-Volatile Organic Compounds ................. (EPA 8270) 225/ea
Hand-Auger .......................................................................... 50/day PAHs (EPA 8270SIM) ........................................................ 185/ea
Distilled Water (5-gallon) ...................................................... 20/ea
Bailer (Reusable) .................................................................. 35/day
CAM 17 Metals (EPA 6010B) ............................................. 170/ea
Single Metal ..................................................... (EPA 6010B) 30/ea
Bailer (Disposable) ................................................................. 15/ea Hexavalent Chrome (EPA 7199) ........................................... 75/ea
Stainless Sampling Pump ................................................. $150/day
Battery-Powered Pump ........................................................ 75/day
Organochlorine Pesticides (EPA 8081) ............................... 110/ea
Organophosphorus Pesticides (EPA 8141) .......................... 125/ea
Water Level Indicator .......................................................... 40/day
Interface Probe ................................................................... 125/day
Photo-Ionization Meter ...................................................... 150/day
Combustible Gas Meter ..................................................... 150/day
Chlorinated Herbicides (EPA 8151) .................................... 125/ea
PCBs (EPA 8082) .................................................................. 95/ea
Soil pH (EPA 9045C) ............................................................. 20/ea
WET or TCLP Extraction ...................................................... 85/ea
pH/Conductivity/Temperature Meter ................................. 150/day
Turbidity Meter .................................................................... 80/day
Air Sampling Pump .............................................................. 80/day
Level D PPE/Decon Rinse Equipment ................................. 50/day
Concrete Coring Equipment ............................................... 285/day
Generator or Air Compressor ............................................. 150/day
EPA 5035 Sample Kits .......................................................... 40/ea
Asbestos (PLM) ..................................................................... 25/ea
Asbestos (400-point count) ..................................................... 50/ea
Sample Compositing ................................................. 20/composite
48-hour Turnaround Time ...................................... 60% surcharge
72-hour Turnaround Time ...................................... 40% surcharge
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
- 2 -
LABORATORY TESTS*
COMPACTION CURVES SOIL AND AGGREGATE PROPERTIES
(D698/D1557/T99/T108) 4-inch mold................................ $350/ea (D422/T88) Particle Size, Hydrometer w/out Sieve ............ $300/ea
(D698/D1557/T99/T108) 6-inch mold.................................. 350/ea (C136/D6913/T27) Sieve, Coarse to Fine w/ #200 Wash .... 200/ea
(CT 216) California Impact .................................................. 350/ea (C136/D6913/T27) Sieve, Coarse or Fine w/ #200 Wash ..... 175/ea
Check Point........................................................................... 150/ea (C136/D6913/T27) Sieve, Coarse or Fine No #200 Wash .... 150/ea
(D1632/CT312) Soil Cement Cyl. Fabrication (Set of 3) ... 200/set (C117/D1140/T11) Materials Finer than #200 ...................... 125/ea
(D1632/CT312) Soil Cement Cyl. Fabrication (Addtl. Spec.) 75/ea (D2216/T265/CT226) Moisture Content ................................ 40/ea
(D1633/CT312) Soil Cement Comp. Strength (Set of 3) .... 350/set (D2487/D2488) Visual Soil Classification ............................. 40/ea
(D1633/CT312) Soil Cement Comp. Strength (Addtl. Spec.)
.............................................................................................. 125/ea (D2937) Density of In-Place Soil, Drive-Cyl. Method ........... 50/ea
SOIL AND AGGREGATE STABILITY (D4943) Shrinkage Factors of Soils, Wax Method .................. 75/ea
(D2844/CT301) Resistance Value ...................................... $400/ea (C131/C535/CT211) L.A. Abrasion Resistance .................. $300/ea
(D2844/CT301) Resistance Value, Treated .......................... 400/ea (C142/T112) Clay Lumps and Friable Particles .................... 155/ea
(D1883) California Bearing Ratio ........................................ 600/ea SOIL AND AGGREGATE PROPERTIES (CONTD.)
(C977) Stabilization Ability of Lime .................................... 200/ea (C123/T113) Light Weight Particles ..................................... 250/ea
(D1883) Calif. Bearing Ratio (Army Corp of Engineers) .... 600/ea (D3744/CT229/T210) Durability Index Fine ........................ 200/ea
CHEMICAL ANALYSIS (D3744/CT229/T210) Durability Index Coarse ..................... 200/ea
(G187/CT643/T288) pH and Resistivity ............................. $200/ea (CT227) Cleanness Value ...................................................... 200/ea
(D4972/T289) pH Only ........................................................ 100/ea (D4791) Flat & Elongated Particles ...................................... 200/ea
(CT417) Sulfate Content ....................................................... 150/ea (D693/CT205) Percent Crushed Particles .............................. 200/ea
(CT422) Chloride Content .................................................... 150/ea (D5821) Percent. of Fractured Particles, Coarse Aggregate .. 200/ea
(D2974) Organic Content ..................................................... 125/ea (C40/CT213/T21) Organic Impurities ................................... 100/ea
PERMEABILITY, CONSOLIDATION AND EXPANSION (C235) Soft Hardness (Scratch Hardness) ............................ 125/ea
(D5084) Permeability, Flexible Wall .................................. $270/ea (C88/CT214/T104) Sulfate Soundness .................................. 550/ea
(D5856) Permeability, Rigid Wall ........................................ 260/ea (C1252/T304) Uncompact. Void Content, Fine Aggregate ... 200/ea
(D2434) Permeability, Constant Head .................................. 280/ea (C127/CT206/T85) Coarse Specific Gravity ......................... 175/ea
(D2434) Permeability, FHA Slab-on-Grade ......................... 110/ea (C128/CT207/T84) Fine Specific Gravity ............................. 200/ea
(D2434) Permeability, Hourly ................................................ 55/ea (D854/CT209/T100) Specific Gravity of Soil ....................... 225/ea
(D2435/T216) Consolidation (6 pts. w/ Unload) .................. 450/ea (C29/CT212/T19) Unit Weight & Percent Voids .................. 125/ea
(D2435/T216) Consolidation Additional Point w/ Unload ... 125/ea (D2419/CT217/T176) Sand Equivalent ................................. 175/ea
(D2435/T216) Time Rate Consol. (6 pts. w/Unload) ........ 1,000/ea (D4318/CT204/T89/T90) Plastic Index (Plastic/Liq. Limit) 275/ea
(D2435/T216) Time Rate Consol. Add’l. Point w/Unload ... 200/ea (D4318/CT204/T89) Liquid Limit ........................................ 150/ea
(D4546) Swell/Compression Testing & Density .................. 150/ea (D4318/CT204/T90) Plastic Limit ........................................ 150/ea
(D4546) Swell/Settlement Testing & Density (ea. addtl. pt.) 100/ea (C330) Spec. for Lightweight Aggregates, Struc. Concrete .. Quote
(D4546) Swell/Settlement Testing & Density (County) ....... 150/ea SHEAR STRENGTH
(D4546) Swell/Settlement Testing & Density (FHA) .......... 100/ea (D2166) Unconfined Compression ...................................... $100/ea
(D4829) Expansion Index of Soils ........................................ 300/ea (D3080/T236) Direct Shear (3 points) ................................. 400/set
STEEL TESTING (D3080/T236) Direct Shear Addtl. Points/ea. residual pass $150/ea
Reinforcing Steel Tests: (D2850) Unconsolidated-Undrained Triaxial Shear .............. 115/ea
(A370) Tensile Strength & Elongation (D2850) Unconsolidated-Undrained Triaxial Staged ............ 160/ea
#11 Bar & Smaller ............................................... $125/ea (D4767) Consolidated-Undrained Triaxial Shear .................. 265/ea
#14 Bar ................................................................ $150/ea (D4767) Consolidated-Undrained Triaxial Staged ................ 340/ea
#18 Bar (Proof Test) ........................................... $175/ea (EM1110) Consolidated-Drained Triaxial Shear ................... 375/ea
(A370) Bend Test (EM1110) Consolidated-Drained Triaxial Staged ................. 480/ea
#11 Bar & Smaller ................................................. $75/ea MASONRY**
#14 & #18 Bar ..................................................... $100/ea Concrete Block Test (Sets of 3 Required):
(A370) Tensile - Mechanically Spliced Bar (C140) Unit Weight Moisture Content & Absorption ........ $350/ea
#11 Bar & Smaller ............................................... $200/ea (C140) Moisture Content/Absorption (ea. addtl. specimen) 125/ea
#14 Bar & Larger ................................................. $250/ea (C140) Compression Test ..................................................... 300/ea
(A370) Tensile – Electric Resist. Butt Splice w/ Control ..... 200/ea (C140) Compression Test (ea. addtl. specimen) .................. 125/ea
(A370) Straightening of bar (if required) ................................ 75/ea (C426) Linear Drying Shrinkage .......................................... 350/ea
Structural Steel Tests: (C109/UBC 21-16) Mortar Cylinder (2”x4”) ......................... 30/ea
(A370) Machining & Prep of Test Specimen ............... Cost + 20% (C942) Grout Prism (3”x3”x6”), trimming included ............... 35/ea
(A370) Tensile Strength & Elongation Masonry Prism (Assemblage):
Up to 200,000 lbs ................................................. $150/ea (C1314) 8”x8”x16” – 8”x12”x16” ..................................... $200/ea
200,000 – 300,000 lbs ............................................ 175/ea (C1314) 8”x16”x16” – 10”x12”x16” ................................... 225/ea
300,000 – 400,000 lbs ............................................ 200/ea
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
- 3 -
LABORATORY TESTS* (CONTINUED)
Pre-stressing Wire & Tendon Tests: (C1314) 12”x12”x16” – 12”x16”x16” ................................. 250/ea
(A421) Tensile Strength, Single Wire................................. $200/ea (C1314) Larger than 12”x16”x16” ....................................... Quote
(A416) Tensile Strength, 7-Wire Strand ............................. $250/ea Brick Test (Set of 5 Specimens):
High Strength Bolt, Nut, & Washer Tests: (C67) 24-Hour Absorption, Cold Water ............................. $250/set
(A325/A490) Tensile Test on Bolts .................................... $125/ea (C67) 5-Hour Absorption, Boiling Water ........................... $250/set
(A563) Proof Load Test on Nuts ........................................ $125/ea (C67) Compression Test or Modulus of Rupture ............... $300/set
(A325/A490) Hardness Test on Bolts ................................... $75/ea (C67) Each Additional Specimen ........................................ $100/ea
(A536) Hardness Test on Nuts .............................................. $75/ea CONCRETE**
(F436) Hardness Test on Washers ........................................ $75/ea Mix Designs:
Weld Specimen Tests: (ACI211/ACI214) Concrete Mix Design ............................ $450/ea
(E164) Ultrasonic Examination .............................. Quote (ACI211/ACI214) Review of Concrete Mix Design ........... $450/ea
Machining & Prep of Test Specimen ............................ Cost + 20% (C192) Concrete Trial Mix (includes equipment & labor) .. $650/ea
(E381) Macrotech Test (3 Faces) ............................................ $355 Concrete Properties:
ASPHALT TESTING (C39/CT521/T22) Comp. Strength, Concrete Cyl. ................ $30/ea
Asphalt Properties: (C42/CT521/T22) Comp. Strength, Concrete/Gunite Core ... $60/ea
(D2726/CT308/T166) Bulk Spec. Grav. Compacted HMA $125/ea (C78/CT523) Flex. Strength of 6”x6”x21” Concrete Beam .. 125/ea
(D1560/CT366) Stabilometer Value (HVEEM) ................ $250/ea (C174) Length Measuring of Drilled Cores ......................... $100/ea
(D2041) Theoretical Max Specific Gravity ........................ $200/ea (C1140) Shotcrete Panel-Coring & Testing (Set of 3) ........ $350/set
(D5444) Sieve Analysis of Extracted Asphalt .................... $250/ea (C1140) Shotcrete Panel (each addtl. specimen) ................. $125/ea
(D6307/CT382) Percent Asphalt, Ignition Method............. $200/ea (C496) Static Modulus of Elasticity .................................... $250/ea
(D1188) Unit Weight of Asphalt Core .................................. 110/ea (C496) Drying Shrinkage (Set of 3, up to 28 days) ............ $650/set
MISCELLANEOUS TESTING SERVICES (C642) Spec. Gravity, Absorp., Voids in Hardened Concrete . 95/ea
Calibration of Hydraulic Ram: (F1869) Vapor Emission Rate, Concrete Subfloor .................. 75/ea
100 Ton & Under ................................................................ $300/ea
101 Tons – 200 Tons ............................................................ 400/ea
Use of Universal Testing Machine:
UTM with One Operator .................................................... $450/ea
Additional Technician ...................................... Regular Tech Rate
Spray Applied Fireproofing: *2X Surcharge on rush turn-around for laboratory testing.
(E605/E736) Fireproofing Oven Dry Density/Thickness ... $150/ea **Fee applies for sample storage, testing, or disposal.
VIBRATION MONITORING SERVICES
Initial Set-Up & Baseline Readings (Each)…….….…$3,000 Monitoring (Monthly)……………………………………………$6,000
Installation (Two Stations)……………………...……….$3,500 Monitoring (Weekly) …………………………………….………$2,000
Installation (Each Additional Station)…………......…..$2,000 Monitoring (Daily) ………………………………………….………$500
Meetings, Additional Reporting (Hourly)…..………...…$160 Emergency Site Visit……………….……………………….………$640
1. Listed are typical charges for the services most frequently performed by Geocon. Prices for unlisted services as well as special
quotations for programs involving volume work will be provided upon request. Laboratory test prices shown are for laboratory work
only, and include reporting of routine results not calling for comments, recommendations or conclusions.
2. Sampling and testing is conducted in substantial conformance with the latest applicable or designated specifications of the American
Society for Testing and Materials, Caltrans, American Association of State Highway and Transportation Officials, or other pertinent
agencies.
3. Saturday, night work, and overtime hours are charged at time and one-half; Sundays and holidays at double time. Per diem is $305.00
per day when location of work dictates.
4. Equipment and materials will be billed at cost plus 15%. Outside services including subcontractors and rental of special equipment
are billed at cost plus 15%. Hourly services are billed portal to portal from closest office in accordance with the stated hourly rates
herein, with a minimum two-hour charge
5. Invoices will be submitted at four-week intervals. Terms of payment are met upon presentation of invoice. Invoices become
delinquent thirty (30) days from invoice date and subject to one and one-half percent (1-1/2%) service charge per month, or the
maximum rate allowed by law, whichever is lower. If Client objects to all or any portion of any invoice, Client will so notify Geocon
in writing within fourteen (14) calendar days of the invoice date, identify the cause of disagreement, and pay that portion of the invoice not in dispute. The parties will immediately make every effort to settle the disputed portion of the invoice. Payment on
delinquent invoices will first be applied to accrued interest and then to the principal amount. All time spent and expenses incurred
(including any attorney's fees and costs) in connection with collection of any delinquent amount will be paid by Client to Geocon per
Geocon's current fee schedule.
6. Client and Geocon shall allocate certain of the risks so that, to the fullest extent permitted by law, Geocon’s (the term “Geocon”
includes Geocon’s partners, officers, directors, employees, agents, affiliates, subcontractors and subconsultants) total aggregate
liability to Client is limited to the greater of $10,000 or the total compensation received from Client by Geocon for services rendered
on this project, for any and all of Client’s injuries, damages, claims, losses, expenses, or claim expenses arising out of this Agreement
from any cause or causes, including attorneys’ fees and costs which may be awarded to the prevailing party, and Client agrees to
indemnify and hold harmless Geocon from and against all liabilities in excess of the monetary limit established above.
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
- 4 -
7. Client and Geocon shall allocate certain of the other risks so that, to the fullest extent permitted by law, Client shall limit Geocon’s
total aggregate liability to all third parties, including contractors, subcontractors of all tiers, materialmen, and others involved in
Client’s project, as well as persons and other entities not involved in the project, to the greater of $20,000 or the total compensation
received from Client by Geocon for services rendered on this project, for any and all injuries, damages, cause or causes, including
attorneys’ fees and costs which may be awarded to the prevailing party, and Client agrees to indemnify and hold harmless Geocon
from and against all liabilities in excess of the monetary limit established above, including all liability incurred by Geocon for acts,
errors, or omissions, pursuant to entering into agreements with third parties on behalf of Client in order to obtain access or entry onto property not owned by Client. Client agrees to notify all contractors and subcontractors of any limitation of Geocon’s liability
to them, and require them to abide by such limitation for damages suffered by any contractor or subcontractor arising from Geocon’s
actions or inactions. Neither the contractor nor any subcontractor assumes any liability for damages to others which may arise on
account of Geocon’s actions or inactions.
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
500 N Victory Boulevard ■ Burbank, CA 91502 ■ Telephone 818.841.8388 ■ Fax 818.841.1704
RANCU 2027-2028 SCHEDULE OF FEES
PROFESSIONAL SERVICES
Word Processor/Non-Technical Assistant/Draftsman/Dispatcher .................................................................................................... $105/hr
Engineering Assistant/Lab Technician. ............................................................................................................................................. 105/hr
Engineering Field Technician (Earthwork/Compaction Testing/Backfill) ........................................................................................ *95/hr
Special Inspector (Concrete, Rebar, Masonry, Welding, etc.) .......................................................................................................... *100/hr
Engineering Inspector (Bottom Approval / Shoring / Foundations / Piles) ....................................................................................... *120/hr
LA City Deputy Grading Inspector (Bottom Approval / Shoring / Foundations / Piles) .................................................................. *135/hr
Staff Engineer/Geologist ................................................................................................................................................................... *135/hr
Senior Staff Engineer/Geologist ....................................................................................................................................................... *145/hr
Project Engineer/Geologist ............................................................................................................................................................... *155/hr
Senior Project Engineer/Geologist .................................................................................................................................................... *165/hr
Senior Engineer/Geologist ................................................................................................................................................................ *185/hr
Associate Engineer/Geologist ........................................................................................................................................................... *210/hr
Principal Engineer/Geologist/Litigation Support .............................................................................................................................. 410/hr
Attorney Fees (General) .................................................................................................................................................................... 500/hr
Deposition or Court Appearance ....................................................................................................................................................... 550/hr
Overtime/Saturday Rate/Night Rate (7pm – 6am w/ 8-Hour minimum per call out) ....................................... 1.5 X Regular Hourly Rate
Sunday and Holiday Rate ..................................................................................................................................... 2 X Regular Hourly Rate
Minimum Fee per call-out (if 4 hours or less) 4-Hour minimum, (if more than 4 hours and less than 8 Hours) 8-Hour minimum
Short-Notice Cancellation, 4 Hours (if after 4 pm the day before the scheduled inspection or upon/after arrival at the job site)
*Prevailing Wage (PW) California Labor Code §1720, et. Seq add $50/hr
TRAVEL
Personnel ......................................................................................................................................................................... Regular Hourly Rate
Subsistence (Per Diem) .................................................................................................................................................................... $321/day
Vehicle Mileage ............................................................................................................................................................................. 0.75/mile
EQUIPMENT, MATERIALS, & ANALYTICAL TESTS
Nuclear Density Gauge / Sand Cone Testing Equipment ....... $11/hr 55-Gallon Drum .................................................................... 126/ea
Vehicle ..................................................................................... 11/hr Visqeen (6 mil 20X100’) .....................................................142/roll
Special Inspection Equipment ................................................... 6/hr Traffic Cones/Barricades ..................................................... 37/day
Asphalt Cold Patch/Concrete ................................................ 32/bag TPHg(EPA 8015B) ................................................................ 74/ea
Double Ring Infiltrometer Equipment ................................ 210/day TPHd/TPHmo .................................................. (EPA 8015M) 79/ea
GPS Unit ............................................................................. 168/day TPH Carbon Chain Breakdown .................... (EPA 8015M) 116/ea
Pick-up Truck ..................................................................... 158/day
Water Buffalo........................................................................ 79/day
Dynamic Cone Penetrometer .............................................. 420/day
Methanol and/or Ethanol (EPA 8015M) .............................. 132/ea
Volatile Organic Compounds ....................... (EPA 8260B) 132/ea
Semi-Volatile Organic Compounds ................. (EPA 8270) 237/ea
Hand-Auger .......................................................................... 53/day PAHs (EPA 8270SIM) ........................................................ 198/ea
Distilled Water (5-gallon) ...................................................... 20/ea
Bailer (Reusable) .................................................................. 37/day
CAM 17 Metals (EPA 6010B) ............................................. 179/ea
Single Metal ..................................................... (EPA 6010B) 32/ea
Bailer (Disposable) ................................................................. 14/ea Hexavalent Chrome (EPA 7199) ........................................... 79/ea
Stainless Sampling Pump ................................................. $158/day
Battery-Powered Pump ........................................................ 79/day
Organochlorine Pesticides (EPA 8081) ............................... 116/ea
Organophosphorus Pesticides (EPA 8141) .......................... 132/ea
Water Level Indicator .......................................................... 42/day
Interface Probe ................................................................... 132/day
Photo-Ionization Meter ...................................................... 158/day
Combustible Gas Meter ..................................................... 158/day
Chlorinated Herbicides (EPA 8151) .................................... 132/ea
PCBs (EPA 8082) ................................................................ 100/ea
Soil pH (EPA 9045C) ............................................................. 21/ea
WET or TCLP Extraction ...................................................... 90/ea
pH/Conductivity/Temperature Meter ................................. 158/day
Turbidity Meter .................................................................... 84/day
Air Sampling Pump .............................................................. 84/day
Level D PPE/Decon Rinse Equipment ................................. 53/day
Concrete Coring Equipment ............................................... 300/day
Generator or Air Compressor ............................................. 158/day
EPA 5035 Sample Kits .......................................................... 42/ea
Asbestos (PLM) ..................................................................... 27/ea
Asbestos (400-point count) ..................................................... 53/ea
Sample Compositing ................................................. 20/composite
48-hour Turnaround Time ...................................... 60% surcharge
72-hour Turnaround Time ...................................... 40% surcharge
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
- 2 -
LABORATORY TESTS*
COMPACTION CURVES SOIL AND AGGREGATE PROPERTIES
(D698/D1557/T99/T108) 4-inch mold................................ $368/ea (D422/T88) Particle Size, Hydrometer w/out Sieve ............ $315/ea
(D698/D1557/T99/T108) 6-inch mold.................................. 368/ea (C136/D6913/T27) Sieve, Coarse to Fine w/ #200 Wash .... 210/ea
(CT 216) California Impact .................................................. 368/ea (C136/D6913/T27) Sieve, Coarse or Fine w/ #200 Wash ..... 184/ea
Check Point........................................................................... 158/ea (C136/D6913/T27) Sieve, Coarse or Fine No #200 Wash .... 158/ea
(D1632/CT312) Soil Cement Cyl. Fabrication (Set of 3) ... 210/set (C117/D1140/T11) Materials Finer than #200 ...................... 132/ea
(D1632/CT312) Soil Cement Cyl. Fabrication (Addtl. Spec.) 79/ea (D2216/T265/CT226) Moisture Content ................................ 42/ea
(D1633/CT312) Soil Cement Comp. Strength (Set of 3) .... 338/set (D2487/D2488) Visual Soil Classification ............................. 42/ea
(D1633/CT312) Soil Cement Comp. Strength (Addtl. Spec.)
.............................................................................................. 132/ea (D2937) Density of In-Place Soil, Drive-Cyl. Method ........... 53/ea
SOIL AND AGGREGATE STABILITY (D4943) Shrinkage Factors of Soils, Wax Method .................. 79/ea
(D2844/CT301) Resistance Value ...................................... $420/ea (C131/C535/CT211) L.A. Abrasion Resistance .................. $315/ea
(D2844/CT301) Resistance Value, Treated .......................... 420/ea (C142/T112) Clay Lumps and Friable Particles .................... 163/ea
(D1883) California Bearing Ratio ........................................ 630/ea SOIL AND AGGREGATE PROPERTIES (CONTD.)
(C977) Stabilization Ability of Lime .................................... 210/ea (C123/T113) Light Weight Particles ..................................... 289/ea
(D1883) Calif. Bearing Ratio (Army Corp of Engineers) .... 630/ea (D3744/CT229/T210) Durability Index Fine ........................ 210/ea
CHEMICAL ANALYSIS (D3744/CT229/T210) Durability Index Coarse ..................... 210/ea
(G187/CT643/T288) pH and Resistivity ............................. $210/ea (CT227) Cleanness Value ...................................................... 210/ea
(D4972/T289) pH Only ........................................................ 105/ea (D4791) Flat & Elongated Particles ...................................... 210/ea
(CT417) Sulfate Content ....................................................... 158/ea (D693/CT205) Percent Crushed Particles .............................. 210/ea
(CT422) Chloride Content .................................................... 158/ea (D5821) Percent. of Fractured Particles, Coarse Aggregate .. 210/ea
(D2974) Organic Content ..................................................... 132/ea (C40/CT213/T21) Organic Impurities ................................... 105/ea
PERMEABILITY, CONSOLIDATION AND EXPANSION (C235) Soft Hardness (Scratch Hardness) ............................ 132/ea
(D5084) Permeability, Flexible Wall .................................. $284/ea (C88/CT214/T104) Sulfate Soundness .................................. 578/ea
(D5856) Permeability, Rigid Wall ........................................ 273/ea (C1252/T304) Uncompact. Void Content, Fine Aggregate ... 210/ea
(D2434) Permeability, Constant Head .................................. 294/ea (C127/CT206/T85) Coarse Specific Gravity ......................... 184/ea
(D2434) Permeability, FHA Slab-on-Grade ......................... 116/ea (C128/CT207/T84) Fine Specific Gravity ............................. 210/ea
(D2434) Permeability, Hourly ................................................ 58/ea (D854/CT209/T100) Specific Gravity of Soil ....................... 237/ea
(D2435/T216) Consolidation (6 pts. w/ Unload) .................. 473/ea (C29/CT212/T19) Unit Weight & Percent Voids .................. 132/ea
(D2435/T216) Consolidation Additional Point w/ Unload ... 132/ea (D2419/CT217/T176) Sand Equivalent ................................. 184/ea
(D2435/T216) Time Rate Consol. (6 pts. w/Unload) ........ 1,050/ea (D4318/CT204/T89/T90) Plastic Index (Plastic/Liq. Limit) 289/ea
(D2435/T216) Time Rate Consol. Add’l. Point w/Unload ... 210/ea (D4318/CT204/T89) Liquid Limit ........................................ 158/ea
(D4546) Swell/Compression Testing & Density .................. 158/ea (D4318/CT204/T90) Plastic Limit ........................................ 158/ea
(D4546) Swell/Settlement Testing & Density (ea. addtl. pt.) 105/ea (C330) Spec. for Lightweight Aggregates, Struc. Concrete .. Quote
(D4546) Swell/Settlement Testing & Density (County) ....... 158/ea SHEAR STRENGTH
(D4546) Swell/Settlement Testing & Density (FHA) .......... 105/ea (D2166) Unconfined Compression ...................................... $105/ea
(D4829) Expansion Index of Soils ........................................ 315/ea (D3080/T236) Direct Shear (3 points) ................................. 420/set
STEEL TESTING (D3080/T236) Direct Shear Addtl. Points/ea. residual pass $158/ea
Reinforcing Steel Tests: (D2850) Unconsolidated-Undrained Triaxial Shear .............. 121/ea
(A370) Tensile Strength & Elongation (D2850) Unconsolidated-Undrained Triaxial Staged ............ 168/ea
#11 Bar & Smaller ............................................... $132/ea (D4767) Consolidated-Undrained Triaxial Shear .................. 279/ea
#14 Bar ................................................................ $158/ea (D4767) Consolidated-Undrained Triaxial Staged ................ 357/ea
#18 Bar (Proof Test) ........................................... $184/ea (EM1110) Consolidated-Drained Triaxial Shear ................... 394/ea
(A370) Bend Test (EM1110) Consolidated-Drained Triaxial Staged ................. 504/ea
#11 Bar & Smaller ................................................. $79/ea MASONRY**
#14 & #18 Bar ..................................................... $105/ea Concrete Block Test (Sets of 3 Required):
(A370) Tensile - Mechanically Spliced Bar (C140) Unit Weight Moisture Content & Absorption ........ $368/ea
#11 Bar & Smaller ............................................... $210/ea (C140) Moisture Content/Absorption (ea. addtl. specimen) 132/ea
#14 Bar & Larger ................................................. $263/ea (C140) Compression Test ..................................................... 315/ea
(A370) Tensile – Electric Resist. Butt Splice w/ Control ..... 210/ea (C140) Compression Test (ea. addtl. specimen) .................. 132/ea
(A370) Straightening of bar (if required) ................................ 79/ea (C426) Linear Drying Shrinkage .......................................... 368/ea
Structural Steel Tests: (C109/UBC 21-16) Mortar Cylinder (2”x4”) ......................... 32/ea
(A370) Machining & Prep of Test Specimen ............... Cost + 20% (C942) Grout Prism (3”x3”x6”), trimming included ............... 37/ea
(A370) Tensile Strength & Elongation Masonry Prism (Assemblage):
Up to 200,000 lbs ................................................. $158/ea (C1314) 8”x8”x16” – 8”x12”x16” ..................................... $210/ea
200,000 – 300,000 lbs ............................................ 184/ea (C1314) 8”x16”x16” – 10”x12”x16” ................................... 237/ea
300,000 – 400,000 lbs ............................................ 210/ea
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
- 3 -
LABORATORY TESTS* (CONTINUED)
Pre-stressing Wire & Tendon Tests: (C1314) 12”x12”x16” – 12”x16”x16” ................................. 263/ea
(A421) Tensile Strength, Single Wire................................. $210/ea (C1314) Larger than 12”x16”x16” ....................................... Quote
(A416) Tensile Strength, 7-Wire Strand ............................. $263/ea Brick Test (Set of 5 Specimens):
High Strength Bolt, Nut, & Washer Tests: (C67) 24-Hour Absorption, Cold Water ............................. $263/set
(A325/A490) Tensile Test on Bolts .................................... $132/ea (C67) 5-Hour Absorption, Boiling Water ........................... $263/set
(A563) Proof Load Test on Nuts ........................................ $132/ea (C67) Compression Test or Modulus of Rupture ............... $315/set
(A325/A490) Hardness Test on Bolts ................................... $79/ea (C67) Each Additional Specimen .......................................... $53/ea
(A536) Hardness Test on Nuts .............................................. $79/ea CONCRETE**
(F436) Hardness Test on Washers ........................................ $79/ea Mix Designs:
Weld Specimen Tests: (ACI211/ACI214) Concrete Mix Design ............................ $473/ea
(E164) Ultrasonic Examination .............................. Quote (ACI211/ACI214) Review of Concrete Mix Design ........... $473/ea
Machining & Prep of Test Specimen ............................ Cost + 20% (C192) Concrete Trial Mix (includes equipment & labor) .. $683/ea
(E381) Macrotech Test (3 Faces) ............................................ $373 Concrete Properties:
ASPHALT TESTING (C39/CT521/T22) Comp. Strength, Concrete Cyl. ................ $32/ea
Asphalt Properties: (C42/CT521/T22) Comp. Strength, Concrete/Gunite Core ... $63/ea
(D2726/CT308/T166) Bulk Spec. Grav. Compacted HMA $132/ea (C78/CT523) Flex. Strength of 6”x6”x21” Concrete Beam .. 132/ea
(D1560/CT366) Stabilometer Value (HVEEM) ................ $263/ea (C174) Length Measuring of Drilled Cores ......................... $105/ea
(D2041) Theoretical Max Specific Gravity ........................ $210/ea (C1140) Shotcrete Panel-Coring & Testing (Set of 3) ........ $368/set
(D5444) Sieve Analysis of Extracted Asphalt .................... $263/ea (C1140) Shotcrete Panel (each addtl. specimen) ................. $132/ea
(D6307/CT382) Percent Asphalt, Ignition Method............. $210/ea (C496) Static Modulus of Elasticity .................................... $263/ea
(D1188) Unit Weight of Asphalt Core .................................. 116/ea (C496) Drying Shrinkage (Set of 3, up to 28 days) ............ $683/set
MISCELLANEOUS TESTING SERVICES (C642) Spec. Gravity, Absorp., Voids in Hardened Concrete100/ea
Calibration of Hydraulic Ram: (F1869) Vapor Emission Rate, Concrete Subfloor .................. 79/ea
100 Ton & Under ................................................................ $315/ea
101 Tons – 200 Tons ............................................................ 420/ea
Use of Universal Testing Machine:
UTM with One Operator .................................................... $473/ea
Additional Technician ...................................... Regular Tech Rate
Spray Applied Fireproofing: *2X Surcharge on rush turn-around for laboratory testing.
(E605/E736) Fireproofing Oven Dry Density/Thickness ... $158/ea **Fee applies for sample storage, testing, or disposal.
VIBRATION MONITORING SERVICES
Initial Set-Up & Baseline Readings (Each)…….….…$3,000 Monitoring (Monthly)……………………………………………$6,300
Installation (Two Stations)……………………...……….$3,500 Monitoring (Weekly) …………………………………….………$2,100
Installation (Each Additional Station)…………......…..$2,000 Monitoring (Daily) ………………………………………….………$525
Meetings, Additional Reporting (Hourly)…..………...…$160 Emergency Site Visit……………….……………………….………$672
1. Listed are typical charges for the services most frequently performed by Geocon. Prices for unlisted services as well as special
quotations for programs involving volume work will be provided upon request. Laboratory test prices shown are for laboratory work
only, and include reporting of routine results not calling for comments, recommendations or conclusions.
2. Sampling and testing is conducted in substantial conformance with the latest applicable or designated specifications of the American
Society for Testing and Materials, Caltrans, American Association of State Highway and Transportation Officials, or other pertinent
agencies.
3. Saturday, night work, and overtime hours are charged at time and one-half; Sundays and holidays at double time. Per diem is $321.00
per day when location of work dictates.
4. Equipment and materials will be billed at cost plus 15%. Outside services including subcontractors and rental of special equipment
are billed at cost plus 15%. Hourly services are billed portal to portal from closest office in accordance with the stated hourly rates
herein, with a minimum two-hour charge
5. Invoices will be submitted at four-week intervals. Terms of payment are met upon presentation of invoice. Invoices become
delinquent thirty (30) days from invoice date and subject to one and one-half percent (1-1/2%) service charge per month, or the
maximum rate allowed by law, whichever is lower. If Client objects to all or any portion of any invoice, Client will so notify Geocon
in writing within fourteen (14) calendar days of the invoice date, identify the cause of disagreement, and pay that portion of the invoice not in dispute. The parties will immediately make every effort to settle the disputed portion of the invoice. Payment on
delinquent invoices will first be applied to accrued interest and then to the principal amount. All time spent and expenses incurred
(including any attorney's fees and costs) in connection with collection of any delinquent amount will be paid by Client to Geocon per
Geocon's current fee schedule.
6. Client and Geocon shall allocate certain of the risks so that, to the fullest extent permitted by law, Geocon’s (the term “Geocon”
includes Geocon’s partners, officers, directors, employees, agents, affiliates, subcontractors and subconsultants) total aggregate
liability to Client is limited to the greater of $10,000 or the total compensation received from Client by Geocon for services rendered
on this project, for any and all of Client’s injuries, damages, claims, losses, expenses, or claim expenses arising out of this Agreement
from any cause or causes, including attorneys’ fees and costs which may be awarded to the prevailing party, and Client agrees to
indemnify and hold harmless Geocon from and against all liabilities in excess of the monetary limit established above.
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
- 4 -
7. Client and Geocon shall allocate certain of the other risks so that, to the fullest extent permitted by law, Client shall limit Geocon’s
total aggregate liability to all third parties, including contractors, subcontractors of all tiers, materialmen, and others involved in
Client’s project, as well as persons and other entities not involved in the project, to the greater of $20,000 or the total compensation
received from Client by Geocon for services rendered on this project, for any and all injuries, damages, cause or causes, including
attorneys’ fees and costs which may be awarded to the prevailing party, and Client agrees to indemnify and hold harmless Geocon
from and against all liabilities in excess of the monetary limit established above, including all liability incurred by Geocon for acts,
errors, or omissions, pursuant to entering into agreements with third parties on behalf of Client in order to obtain access or entry onto property not owned by Client. Client agrees to notify all contractors and subcontractors of any limitation of Geocon’s liability
to them, and require them to abide by such limitation for damages suffered by any contractor or subcontractor arising from Geocon’s
actions or inactions. Neither the contractor nor any subcontractor assumes any liability for damages to others which may arise on
account of Geocon’s actions or inactions.
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
500 N Victory Boulevard ■ Burbank, CA 91502 ■ Telephone 818.841.8388 ■ Fax 818.841.1704
RANCU 2029-2030 SCHEDULE OF FEES
PROFESSIONAL SERVICES
Word Processor/Non-Technical Assistant/Draftsman/Dispatcher .................................................................................................... $110/hr
Engineering Assistant/Lab Technician. ............................................................................................................................................. 110/hr
Engineering Field Technician (Earthwork/Compaction Testing/Backfill) ........................................................................................ *100/hr
Special Inspector (Concrete, Rebar, Masonry, Welding, etc.) .......................................................................................................... *105/hr
Engineering Inspector (Bottom Approval / Shoring / Foundations / Piles) ....................................................................................... *125/hr
LA City Deputy Grading Inspector (Bottom Approval / Shoring / Foundations / Piles) .................................................................. *125/hr
Staff Engineer/Geologist ................................................................................................................................................................... *140/hr
Senior Staff Engineer/Geologist ....................................................................................................................................................... *150/hr
Project Engineer/Geologist ............................................................................................................................................................... *160/hr
Senior Project Engineer/Geologist .................................................................................................................................................... *170/hr
Senior Engineer/Geologist ................................................................................................................................................................ *190/hr
Associate Engineer/Geologist ........................................................................................................................................................... *215/hr
Principal Engineer/Geologist/Litigation Support .............................................................................................................................. 415/hr
Attorney Fees (General) .................................................................................................................................................................... 505/hr
Deposition or Court Appearance ....................................................................................................................................................... 560/hr
Overtime/Saturday Rate/Night Rate (7pm – 6am w/ 8-Hour minimum per call out) ....................................... 1.5 X Regular Hourly Rate
Sunday and Holiday Rate ..................................................................................................................................... 2 X Regular Hourly Rate
Minimum Fee per call-out (if 4 hours or less) 4-Hour minimum, (if more than 4 hours and less than 8 Hours) 8-Hour minimum
Short-Notice Cancellation, 4 Hours (if after 4 pm the day before the scheduled inspection or upon/after arrival at the job site)
*Prevailing Wage (PW) California Labor Code §1720, et. Seq add $60/hr
TRAVEL
Personnel ......................................................................................................................................................................... Regular Hourly Rate
Subsistence (Per Diem) .................................................................................................................................................................... $338/day
Vehicle Mileage ............................................................................................................................................................................. 0.75/mile
EQUIPMENT, MATERIALS, & ANALYTICAL TESTS
Nuclear Density Gauge / Sand Cone Testing Equipment ....... $12/hr 55-Gallon Drum .................................................................... 133/ea
Vehicle ..................................................................................... 12/hr Visqeen (6 mil 20X100’) .....................................................150/roll
Special Inspection Equipment ................................................... 7/hr Traffic Cones/Barricades ..................................................... 39/day
Asphalt Cold Patch/Concrete ................................................ 34/bag TPHg(EPA 8015B) ................................................................ 78/ea
Double Ring Infiltrometer Equipment ................................ 221/day TPHd/TPHmo .................................................. (EPA 8015M) 83/ea
GPS Unit ............................................................................. 177/day TPH Carbon Chain Breakdown .................... (EPA 8015M) 122/ea
Pick-up Truck ..................................................................... 166/day
Water Buffalo........................................................................ 83/day
Dynamic Cone Penetrometer .............................................. 441/day
Methanol and/or Ethanol (EPA 8015M) .............................. 139/ea
Volatile Organic Compounds ....................... (EPA 8260B) 139/ea
Semi-Volatile Organic Compounds ................. (EPA 8270) 249/ea
Hand-Auger .......................................................................... 56/day PAHs (EPA 8270SIM) ........................................................ 205/ea
Distilled Water (5-gallon) ...................................................... 20/ea
Bailer (Reusable) .................................................................. 39/day
CAM 17 Metals (EPA 6010B) ............................................. 188/ea
Single Metal ..................................................... (EPA 6010B) 34/ea
Bailer (Disposable) ................................................................. 15/ea Hexavalent Chrome (EPA 7199) ........................................... 83/ea
Stainless Sampling Pump ................................................. $166/day
Battery-Powered Pump ........................................................ 83/day
Organochlorine Pesticides (EPA 8081) ............................... 122/ea
Organophosphorus Pesticides (EPA 8141) .......................... 139/ea
Water Level Indicator .......................................................... 45/day
Interface Probe ................................................................... 139/day
Photo-Ionization Meter ...................................................... 166/day
Combustible Gas Meter ..................................................... 166/day
Chlorinated Herbicides (EPA 8151) .................................... 139/ea
PCBs (EPA 8082) ................................................................ 105/ea
Soil pH (EPA 9045C) ............................................................. 23/ea
WET or TCLP Extraction ...................................................... 95/ea
pH/Conductivity/Temperature Meter ................................. 166/day
Turbidity Meter .................................................................... 89/day
Air Sampling Pump .............................................................. 89/day
Level D PPE/Decon Rinse Equipment ................................. 56/day
Concrete Coring Equipment ............................................... 310/day
Generator or Air Compressor ............................................. 166/day
EPA 5035 Sample Kits .......................................................... 45/ea
Asbestos (PLM) ..................................................................... 29/ea
Asbestos (400-point count) ..................................................... 56/ea
Sample Compositing ................................................. 20/composite
48-hour Turnaround Time ...................................... 60% surcharge
72-hour Turnaround Time ...................................... 40% surcharge
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
- 2 -
LABORATORY TESTS*
COMPACTION CURVES SOIL AND AGGREGATE PROPERTIES
(D698/D1557/T99/T108) 4-inch mold................................ $387/ea (D422/T88) Particle Size, Hydrometer w/out Sieve ............ $331/ea
(D698/D1557/T99/T108) 6-inch mold.................................. 387/ea (C136/D6913/T27) Sieve, Coarse to Fine w/ #200 Wash .... 221/ea
(CT 216) California Impact .................................................. 387/ea (C136/D6913/T27) Sieve, Coarse or Fine w/ #200 Wash ..... 194/ea
Check Point........................................................................... 166/ea (C136/D6913/T27) Sieve, Coarse or Fine No #200 Wash .... 166/ea
(D1632/CT312) Soil Cement Cyl. Fabrication (Set of 3) ... 221/set (C117/D1140/T11) Materials Finer than #200 ...................... 139/ea
(D1632/CT312) Soil Cement Cyl. Fabrication (Addtl. Spec.) 83/ea (D2216/T265/CT226) Moisture Content ................................ 45/ea
(D1633/CT312) Soil Cement Comp. Strength (Set of 3) .... 387/set (D2487/D2488) Visual Soil Classification ............................. 45/ea
(D1633/CT312) Soil Cement Comp. Strength (Addtl. Spec.)
.............................................................................................. 139/ea (D2937) Density of In-Place Soil, Drive-Cyl. Method ........... 56/ea
SOIL AND AGGREGATE STABILITY (D4943) Shrinkage Factors of Soils, Wax Method .................. 83/ea
(D2844/CT301) Resistance Value ...................................... $441/ea (C131/C535/CT211) L.A. Abrasion Resistance .................. $331/ea
(D2844/CT301) Resistance Value, Treated .......................... 441/ea (C142/T112) Clay Lumps and Friable Particles ..................... 172ea
(D1883) California Bearing Ratio ........................................ 662/ea SOIL AND AGGREGATE PROPERTIES (CONTD.)
(C977) Stabilization Ability of Lime .................................... 221/ea (C123/T113) Light Weight Particles ..................................... 304/ea
(D1883) Calif. Bearing Ratio (Army Corp of Engineers) .... 662/ea (D3744/CT229/T210) Durability Index Fine ........................ 221/ea
CHEMICAL ANALYSIS (D3744/CT229/T210) Durability Index Coarse ..................... 221/ea
(G187/CT643/T288) pH and Resistivity ............................. $221/ea (CT227) Cleanness Value ...................................................... 221/ea
(D4972/T289) pH Only ........................................................ 111/ea (D4791) Flat & Elongated Particles ...................................... 221/ea
(CT417) Sulfate Content ....................................................... 166/ea (D693/CT205) Percent Crushed Particles .............................. 221/ea
(CT422) Chloride Content .................................................... 166/ea (D5821) Percent. of Fractured Particles, Coarse Aggregate .. 221/ea
(D2974) Organic Content ..................................................... 139/ea (C40/CT213/T21) Organic Impurities ................................... 111/ea
PERMEABILITY, CONSOLIDATION AND EXPANSION (C235) Soft Hardness (Scratch Hardness) ............................ 139/ea
(D5084) Permeability, Flexible Wall .................................. $299/ea (C88/CT214/T104) Sulfate Soundness .................................. 607/ea
(D5856) Permeability, Rigid Wall ........................................ 287/ea (C1252/T304) Uncompact. Void Content, Fine Aggregate ... 221/ea
(D2434) Permeability, Constant Head .................................. 309/ea (C127/CT206/T85) Coarse Specific Gravity ......................... 194/ea
(D2434) Permeability, FHA Slab-on-Grade ......................... 122/ea (C128/CT207/T84) Fine Specific Gravity ............................. 221/ea
(D2434) Permeability, Hourly ................................................ 61/ea (D854/CT209/T100) Specific Gravity of Soil ....................... 249/ea
(D2435/T216) Consolidation (6 pts. w/ Unload) .................. 497/ea (C29/CT212/T19) Unit Weight & Percent Voids .................. 139/ea
(D2435/T216) Consolidation Additional Point w/ Unload ... 139/ea (D2419/CT217/T176) Sand Equivalent ................................. 194/ea
(D2435/T216) Time Rate Consol. (6 pts. w/Unload) ........ 1,103/ea (D4318/CT204/T89/T90) Plastic Index (Plastic/Liq. Limit) 304/ea
(D2435/T216) Time Rate Consol. Add’l. Point w/Unload ... 221/ea (D4318/CT204/T89) Liquid Limit ........................................ 166/ea
(D4546) Swell/Compression Testing & Density .................. 166/ea (D4318/CT204/T90) Plastic Limit ........................................ 166/ea
(D4546) Swell/Settlement Testing & Density (ea. addtl. pt.) 111/ea (C330) Spec. for Lightweight Aggregates, Struc. Concrete .. Quote
(D4546) Swell/Settlement Testing & Density (County) ....... 166/ea SHEAR STRENGTH
(D4546) Swell/Settlement Testing & Density (FHA) .......... 111/ea (D2166) Unconfined Compression ...................................... $111/ea
(D4829) Expansion Index of Soils ........................................ 331/ea (D3080/T236) Direct Shear (3 points) ................................. 441/set
STEEL TESTING (D3080/T236) Direct Shear Addtl. Points/ea. residual pass $166/ea
Reinforcing Steel Tests: (D2850) Unconsolidated-Undrained Triaxial Shear .............. 128/ea
(A370) Tensile Strength & Elongation (D2850) Unconsolidated-Undrained Triaxial Staged ............ 177/ea
#11 Bar & Smaller ......... $139/ea (D4767) Consolidated-Undrained Triaxial Shear .................. 293/ea
#14 Bar ................................................................ $166/ea (D4767) Consolidated-Undrained Triaxial Staged ................ 375/ea
#18 Bar (Proof Test) ........................................... $194/ea (EM1110) Consolidated-Drained Triaxial Shear ................... 414/ea
(A370) Bend Test (EM1110) Consolidated-Drained Triaxial Staged ................. 530/ea
#11 Bar & Smaller ................................................. $83/ea MASONRY**
#14 & #18 Bar ..................................................... $111/ea Concrete Block Test (Sets of 3 Required):
(A370) Tensile - Mechanically Spliced Bar (C140) Unit Weight Moisture Content & Absorption ........ $387/ea
#11 Bar & Smaller ............................................... $221/ea (C140) Moisture Content/Absorption (ea. addtl. specimen) 139/ea
#14 Bar & Larger ................................................. $277/ea (C140) Compression Test ..................................................... 331/ea
(A370) Tensile – Electric Resist. Butt Splice w/ Control ..... 221/ea (C140) Compression Test (ea. addtl. specimen) .................. 139/ea
(A370) Straightening of bar (if required) ................................ 83/ea (C426) Linear Drying Shrinkage .......................................... 387/ea
Structural Steel Tests: (C109/UBC 21-16) Mortar Cylinder (2”x4”) ......................... 34/ea
(A370) Machining & Prep of Test Specimen ............... Cost + 20% (C942) Grout Prism (3”x3”x6”), trimming included ............... 39/ea
(A370) Tensile Strength & Elongation Masonry Prism (Assemblage):
Up to 200,000 lbs ................................................. $166/ea (C1314) 8”x8”x16” – 8”x12”x16” ..................................... $221/ea
200,000 – 300,000 lbs ............................................ 194/ea (C1314) 8”x16”x16” – 10”x12”x16” ................................... 249/ea
300,000 – 400,000 lbs ............................................ 221/ea
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
- 3 -
LABORATORY TESTS* (CONTINUED)
Pre-stressing Wire & Tendon Tests: (C1314) 12”x12”x16” – 12”x16”x16” ................................. 277/ea
(A421) Tensile Strength, Single Wire................................. $221/ea (C1314) Larger than 12”x16”x16” ....................................... Quote
(A416) Tensile Strength, 7-Wire Strand ............................. $277/ea Brick Test (Set of 5 Specimens):
High Strength Bolt, Nut, & Washer Tests: (C67) 24-Hour Absorption, Cold Water ............................. $277/set
(A325/A490) Tensile Test on Bolts .................................... $139/ea (C67) 5-Hour Absorption, Boiling Water ........................... $277/set
(A563) Proof Load Test on Nuts ........................................ $139/ea (C67) Compression Test or Modulus of Rupture ............... $331/set
(A325/A490) Hardness Test on Bolts ................................... $83/ea (C67) Each Additional Specimen .......................................... $56/ea
(A536) Hardness Test on Nuts .............................................. $83/ea CONCRETE**
(F436) Hardness Test on Washers ........................................ $83/ea Mix Designs:
Weld Specimen Tests: (ACI211/ACI214) Concrete Mix Design ............................ $497/ea
(E164) Ultrasonic Examination .............................. Quote (ACI211/ACI214) Review of Concrete Mix Design ........... $497/ea
Machining & Prep of Test Specimen ............................ Cost + 20% (C192) Concrete Trial Mix (includes equipment & labor) .. $718/ea
(E381) Macrotech Test (3 Faces) ............................................ $392 Concrete Properties:
ASPHALT TESTING (C39/CT521/T22) Comp. Strength, Concrete Cyl. ................ $34/ea
Asphalt Properties: (C42/CT521/T22) Comp. Strength, Concrete/Gunite Core ... $67/ea
(D2726/CT308/T166) Bulk Spec. Grav. Compacted HMA $139/ea (C78/CT523) Flex. Strength of 6”x6”x21” Concrete Beam .. 139/ea
(D1560/CT366) Stabilometer Value (HVEEM) ................ $277/ea (C174) Length Measuring of Drilled Cores ......................... $111/ea
(D2041) Theoretical Max Specific Gravity ........................ $221/ea (C1140) Shotcrete Panel-Coring & Testing (Set of 3) ........ $387/set
(D5444) Sieve Analysis of Extracted Asphalt .................... $277/ea (C1140) Shotcrete Panel (each addtl. specimen) ................. $139/ea
(D6307/CT382) Percent Asphalt, Ignition Method............. $221/ea (C496) Static Modulus of Elasticity .................................... $277/ea
(D1188) Unit Weight of Asphalt Core .................................. 122/ea (C496) Drying Shrinkage (Set of 3, up to 28 days) ............ $718/set
MISCELLANEOUS TESTING SERVICES (C642) Spec. Gravity, Absorp., Voids in Hardened Concrete105/ea
Calibration of Hydraulic Ram: (F1869) Vapor Emission Rate, Concrete Subfloor .................. 83/ea
100 Ton & Under ................................................................ $331/ea
101 Tons – 200 Tons ............................................................ 441/ea
Use of Universal Testing Machine:
UTM with One Operator .................................................... $497/ea
Additional Technician ...................................... Regular Tech Rate
Spray Applied Fireproofing: *2X Surcharge on rush turn-around for laboratory testing.
(E605/E736) Fireproofing Oven Dry Density/Thickness ... $166/ea **Fee applies for sample storage, testing, or disposal.
VIBRATION MONITORING SERVICES
Initial Set-Up & Baseline Readings (Each)…….….…$3,000 Monitoring (Monthly)……………………………………………$6,615
Installation (Two Stations)……………………...……….$3,500 Monitoring (Weekly) …………………………………….………$2,205
Installation (Each Additional Station)…………......…..$2,000 Monitoring (Daily) ………………………………………….………$552
Meetings, Additional Reporting (Hourly)…..………...…$160 Emergency Site Visit……………….……………………….………$706
1. Listed are typical charges for the services most frequently performed by Geocon. Prices for unlisted services as well as special
quotations for programs involving volume work will be provided upon request. Laboratory test prices shown are for laboratory work
only, and include reporting of routine results not calling for comments, recommendations or conclusions.
2. Sampling and testing is conducted in substantial conformance with the latest applicable or designated specifications of the American
Society for Testing and Materials, Caltrans, American Association of State Highway and Transportation Officials, or other pertinent
agencies.
3. Saturday, night work, and overtime hours are charged at time and one-half; Sundays and holidays at double time. Per diem is $338.00
per day when location of work dictates.
4. Equipment and materials will be billed at cost plus 15%. Outside services including subcontractors and rental of special equipment
are billed at cost plus 15%. Hourly services are billed portal to portal from closest office in accordance with the stated hourly rates
herein, with a minimum two-hour charge
5. Invoices will be submitted at four-week intervals. Terms of payment are met upon presentation of invoice. Invoices become
delinquent thirty (30) days from invoice date and subject to one and one-half percent (1-1/2%) service charge per month, or the
maximum rate allowed by law, whichever is lower. If Client objects to all or any portion of any invoice, Client will so notify Geocon
in writing within fourteen (14) calendar days of the invoice date, identify the cause of disagreement, and pay that portion of the invoice not in dispute. The parties will immediately make every effort to settle the disputed portion of the invoice. Payment on
delinquent invoices will first be applied to accrued interest and then to the principal amount. All time spent and expenses incurred
(including any attorney's fees and costs) in connection with collection of any delinquent amount will be paid by Client to Geocon per
Geocon's current fee schedule.
6. Client and Geocon shall allocate certain of the risks so that, to the fullest extent permitted by law, Geocon’s (the term “Geocon”
includes Geocon’s partners, officers, directors, employees, agents, affiliates, subcontractors and subconsultants) total aggregate
liability to Client is limited to the greater of $10,000 or the total compensation received from Client by Geocon for services rendered
on this project, for any and all of Client’s injuries, damages, claims, losses, expenses, or claim expenses arising out of this Agreement
from any cause or causes, including attorneys’ fees and costs which may be awarded to the prevailing party, and Client agrees to
indemnify and hold harmless Geocon from and against all liabilities in excess of the monetary limit established above.
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B
- 4 -
7. Client and Geocon shall allocate certain of the other risks so that, to the fullest extent permitted by law, Client shall limit Geocon’s
total aggregate liability to all third parties, including contractors, subcontractors of all tiers, materialmen, and others involved in
Client’s project, as well as persons and other entities not involved in the project, to the greater of $20,000 or the total compensation
received from Client by Geocon for services rendered on this project, for any and all injuries, damages, cause or causes, including
attorneys’ fees and costs which may be awarded to the prevailing party, and Client agrees to indemnify and hold harmless Geocon
from and against all liabilities in excess of the monetary limit established above, including all liability incurred by Geocon for acts,
errors, or omissions, pursuant to entering into agreements with third parties on behalf of Client in order to obtain access or entry onto property not owned by Client. Client agrees to notify all contractors and subcontractors of any limitation of Geocon’s liability
to them, and require them to abide by such limitation for damages suffered by any contractor or subcontractor arising from Geocon’s
actions or inactions. Neither the contractor nor any subcontractor assumes any liability for damages to others which may arise on
account of Geocon’s actions or inactions.
Docusign Envelope ID: 35FD8ED8-8E9A-4C65-8968-8103BEEDA0DEDocusign Envelope ID: 02AE5A75-4032-4C1B-9708-81502D499D6B